Loading...
HomeMy WebLinkAboutC-3296(A) - Professional Services - Corona del Mar Main Beach Sewer Force Main and Breakers Drive Water Main Replacement! • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC June 25, 2003 GCI Construction, Inc. 245 Fischer Avenue, Suite B -3 Costa Mesa, CA 92626 Subject: Main Beach Sewer Force Main Replacement (C -3296) To Whom It May Concern: On June 25, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on August 14, 2002. The Surety for the contract is Travelers Casualty and Surety Company of America, and the bond number is 83 SB 103609223. Enclosed is the Faithful Performance Bond. Sincerely, �(1�✓�ti �V La =I. M. HHIess, C�MC City Clerk LMH:lib cc: Public Works Department Michael J. Sinacori, Construction Engineer enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT BOND NUMBER 83 SB 103609223 PREMIUM: $4,733.00 CONTRACT NO. 3296 EXECUTED IN FOUR COUNTERPARTS BOND NO. 83 SB 103609223 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 14.40 , being at the rate of $ 4,733.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to GCI Construction, Inc., hereinafter designated as the "Principal ", a contract for construction of MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT , Contract No. 3296 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3296 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of three hundred twenty -eight thousand, six hundred ninety and 001100 Dollars ($328,690.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. • • PAGE 17 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19thday of SEPTEMBER 12001. GCI Construction, Inc. (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF Name of Surety AMERICA 21688 GATEWAY CENTER DRIVE Address of Surety DIAMOND BAR, CA 91765 (909) 612 -3000 Telephone MICHAEL D. STONG ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA ALL- PURPOSE 2KNOWLEDGMENT • State of California County of� Orange On EA,' JjEMhQrAL20 before me, Janet L. Russell — Notary Public OATS _ I NAME, TITLE OF OFFICER. E.G.,'JANE DOE, NOTARY PUBUC personally appeared t- I CA CJI ,f I f ( 1. NAMES) OF SIGNER(S) ' ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed __- the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the ---9)My ;---- - � - person(s) acted, executed the instrument. - JANET L. RUSSELL Comm. #1166123 NOTARY PUBLIC - CALIFORNIA WITNESS my hand and official seal. Orange County Comm. Expires Dec. 21,2001 /�) l/ Ae L. RussellIGNATURVFNOTARY Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TmE(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTRY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE BO.1133 3/94 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave.. P.O. Box 7184 - Canoga Park. CA 91309 -7184 STATE OF CALIFORNIA • SS. COUNTY OF RIVERSIDE On W1 gi 01 before me, R. STANDLEl PERSONALLY APPEARED -- MICHAEL D. STONG - - -- personally known to me (C4r1 c' :-- f -J to be the person{) whose name{ -+ is /aT-E subscribed to the Within instrument and acknowl- edged to me that he /fkeft#ey executed the same in his/ bc, 4t�ei; authorized capacity(ies), and that by his /hac,/ -&eir siggnature(�3) on the instrument the persor4&� or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature R. STA DLEY _ COMW1. #1263272 a L 7 NOTARI'Pi7SLIC- CALIFORNIA m -1197 `' "�MtYC IIVEEIiECO e7, 2a� This nrea for Official Notarial Sea! Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER U INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) LJ PARTNER(S) ❑ LIMITED n GE,�EP�,L I1 ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NA:1E O: Pc GOtifS) Oa er+'ni (IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NU).1BER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID-O" Kc,.6194 ALL - PURPOSE ACKNOWLEDGEMENT TRAVE� CASUALTY AND SURETY COMPANY OF ' - (ERICA 'ELERS CASUALTY AND SURETY COMP FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Stong, Shawn Blume, Susan C. Monteon, Rosemary Standley, of Riverside, California, their true and lawfid Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to airy power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11-00 standard) 0 Puog `liepioas luelsissy uosuugor-W uoN 0 r q a F 3 F • YJ z o 'NNOa m � buo�l jHOY��+ �EY ��YOSY9 PINY ASS +C �+ti�incmM !,70Z `�` ;o .iup /�� Z, s?cIl palEQ 7narlaauuo3 ;o a1E1S `P10.i1TnH ;o �il?O aql uc `,CuedmoD ai;l ;o aac�0 auiog ag71 PateaS P Pam ?S 7 c� •aaso; ul mou on `dluoluny ;o oluaumao aql m quo; 1as su `sroloanQ ;o spruog aql ;o suopnlosad 2u?puu1S mp lugl `asouuaqun3 puu 'pa>lonal uaaq lou suq puu aaso; IIn3 ul suruwar lluoglnV ;o aluogpraJ puu x0mollV ;o ramod pagaullu puu 2u?02ar0; aql lugl AA IDdE J Agg= OQ `lnapaauuoJ ;o MIS aql ;o suopurodioo Kools `AAIVdwoa AI'IVRSVJ BIOIJAIIIARIV3 Pau AKVdJV03 AIMIS QAIV AIIVIISVJ SHaI3AVU.1 VDIHMAiV 30 AWdPIOJ AI32If1S QAIV AI'IVRSVJ SHTMAV2II ;o ,GulaaaaS luuls?ssV `pau2?Siapun aql `I H.LVJI- ILLURJ llnuarlal •0 apulN 3 o!Ignd tiuloN 9002 'OE aunt sajidxa uoissiwwoo AN ��l•0 ;oaiagl suonnlosaN 2urpuulS aql rapun oolpo raq sr q jo 641joglnu dq suopuiodsoo agl ;o •gugoq uo luaumrlsuT PTUs agl palnaaxa ogspq lugl puu 'sluas olurodsoa gons aru luawnrisw plus agl of p3mue slugs oql lugs 'suopurodroo plus ;o slugs agl smo" agspq wql 'luoumrlsul anoge aql palnaaxa gacgm puu u? paquosop suopurodroo agl `AAIVd TOJ AI'IVf1SVJ N0l5NUP llVa PuE AAIVdW03 A.LaafiS (lKV AI IVIlSVJ S'HH'I3AVUL `VJRI3LVV AO )LNVdNOJ AIaHfIS QA?V AI'IVfISVJ SHH'IHAVH, jo luap?saad aa?A jo?uaS s? ags/ag lugl :bus pue osodap pip `uroms Xrnp aw fq Su?aq `oqm `umousl aw of AIOSd1AIOHI 'M 3`Ja03J awua .fiiuuosrad aw wodaq IOOZ `lsOnV ;o 6up glSZ sup u0 ;uaP?saJd aa?A JOIUBS uosdwoyl 'M 96roa0 AA'WHOJ AI'IVRSVJ M010mmav3 AAIVdW03 AlaafIS QKV AI'IVIlSVJ SITYMAVUL VJ HHWV JO ANVdWOJ AIMMS CNV AI'IVIISVJ SHa'IaAVKI � H� • J FU l '�K F•�A �Qr �Y< �b O i 9 6 T n >• 'OtlOtl1tlYH w S Utl0;11lYH •Y •Jbbddp`T20 67 5n V �� /}YC . ���nsv� POHYAMC �bit5� QiI0a'dV i 30 A.LNf10J PJ0Jl -mH 'SS { MOLIMMOJ 30 H.LV.LS ,100Z lsn2nV ;o Sup g18Z snp paxWu olarag oq of sluas alurodroa .nagl puu luap?93.1d aalA .10luaS r?agl Iq pau2ls aq of luouwrism snp paSnua anuq )LKVdS1IOJ AI'IVfISVJ KOJDJ a I HV9 PUU AKVCTNOJ AI32Ifls QAIV AI'IVf19VJ SK3'I3AVH,t `VZ)IHH iV 30 ANTWII03 AI3Hf1S (JKV AI'IVfISVJ SH3'I3AVHI 'AOaH3HM SSaNlIM M ti August 14, 2002 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 GCI Construction, Inc. 245 Fischer Avenue, Suite B -3 Costa Mesa, CA 92626 Subject: Main Beach Sewer Force Main Replacement (C -3296) To Whom It May Concern: On June 25, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on July 10, 2002, Reference No. 20020572189. The Surety for the contract is Travelers Casualty and Surety Company of America, and the bond number is 83 SB 103609223. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department R. Gunther, P. E., Construction Engineer encl. 3300 Newport Boulevard, Newport Beach • • PAGE 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT PREMIUM INCLUDED IN PERFORMANCE BOND EXECUTED IN FOUR COUNTERPARTS CONTRACT NO. 3296 BOND NO. 83 SB 103609223 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to GCI CONSTRUCTION, INC., hereinafter designated as the "Principal;' a contract for construction of MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT, Contract No. 3296 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3296 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERIC�Uuly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of three hundred twenty -eight thousand, six hundred ninety and 001100 Dollars ($328,690.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts -due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. • C. • • PAGE 15 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 19TH day of SEPTEMBER 2001. GCI Construction, Inc. (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF Name of Surety 21688 GATEWAY CENTER DR Address of Surety DIAMOND BAR, CA 91765 (909) 612 -3000 Telephone MICHAEL D. STONG, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA ALL - PURPOSE A%;KNOWLEDGMENT State Of California County of_ 1Ora-n_ge On S"Ae Y1 -21,201 before me, Janet L. Russell - Notary Public DATE , NAME. TITLE OF OFFICER - E.G.. *JANE OOE, NOTARY PUeUC- personally appeared NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /hedtheir authorized _ capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the JANET L. RUSSELL person(s) acted, executed the instrument. Comm. # 1166123 40TARV PUBLIC - CALIFORNIA N WITNESS my hand and o_ icial seal. Orange County My Comm. Expires Dec. 21, 2001 Ja L. Russell'GNAT"RE TARY Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLEIS) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(5) ❑ GUARDIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESENnNG: NAME OF PER.40NIS) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 50-1193 7/94 01990 NATIONAL NOTARY ASSOCIATION - 8238 RemTnel Ave.. P.O. Box 7184 - Canoga PaOE, CA 91309-7'8' � Y • STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On 911 116 / ., before me, ____ R. STANDLEY _ PERSO \TALLY APPEARED - - -- MICHAEL D. STONG - - -- personally known to me (er :. to be the peison4whose names+ is /aee subsc ibed to the within instrument and acknowl- edged to me that he /s§tej- executed the same in his/ hzr.� E— authorized capacity(ies), and that by his /her,/ •tkeir signature(a) on the instrument the peisor4& -f or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature R. STANDLEY Wj COMM. #1263272 NOTARY P11RL :C- CAVFORNIA RIVERSIDE COUNTY Wv rcmm�Expires June 7, 200 This areafor Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER -' TITLE(s) ❑ PARTNER(S) ❑ LIMITED F­1 r_[nico +I Inme ATTORNEY -IN -FACT TRUSTEE(S) GUARD IAN; CONSERVATOR OTHER: SIGNER IS REPRESENTING: NA.!E OF PER50r:(5) OR EIiTItt(iE<_) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 'o''`' Ec .6;9; ALL - PURPOSE ACKNOWLEID CEMENT RECORC}.if 5 R�C�IIESTED BY AND WHEN R R RErFURN TO. City le 7 J��p� City of N ?wpoi�'B�achA 9 :14 3300 Newport BoCullevaarrdf Newpg ft %c11 HE ?PfflaF� CITY OF IrE1JPORT BEACH Recorded in Official Records, County of Orange Darlene Bloom, Interim Clerk - Recorder 11111 1111111111111111111 111111111111111111111111111 '11111NO FEE 20020572189 08:03am 07110102 100 73 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 NOTICE OF COMPLETION 6103" NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and GCI Construction, of Costa Mesa, California, as Contractor, entered into a Contract on September 25, 2001. Said Contract set forth certain improvements, as follows: Main Beach Sewer Force Main Replacement (C -3296) Work on said Contract was completed on April 12, 2002, and was found to be acceptable on June 25, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America. nip'Works Director �of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed one 000 at Newport Beach, California. 61 BY (:2 � /1??, City Clerk �kf June 26, 2002 CI"T OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the Main Beach Sewer Force Main Replacement Project (C -3296) Notice of Completion for the Corona Highlands Water Main Replacement Project (C -3345) Notice of Completion for the West Newport Sewer Main Replacement Project (C -3453) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosures 3300 Newport Boulevard, Newport Beach W • • RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 pursuant to Gdvemment Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and GCI Construction, of Costa Mesa, California, as Contractor, entered into a Contract on September 25, 2001. Said Contract set forth certain improvements, as follows: Main Beach Sewer Force Main Replacement (C -32961 Work on said Contract was completed on April 12, 2002, and was found to be acceptable on June 25. 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America. B orks Director i of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 0 122., oR 5- 200 at Newport Beach, California. • TO: Mayor and Members of the City Council FROM: Public Works Department C -3a� e • C31b June 25, 2002 CITY COUNCIL AGENDA ITEM NO. 7 SUBJECT: MAIN BEACH SEWER FORCE MAIN REPLACEMENT, CONTRACT NO. 3296 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. JUN 2 5 2002 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On September 25, 2001, the City Council authorized the award of the Main Beach Sewer Force Main contract to GCI Construction of Costa Mesa, California. The contract provided the construction including boring of a new sewer force main from the Main Beach Sewer Pump Station in Breakers Drive via an alignment in Breakers Drive, up the ramp serving Corona del Mar Main Beach and along Jasmine Avenue. Also included in the project was the replacement of the existing 4 -inch cast iron water main within Breakers Drive with a new 8 -inch water main and the replacement of existing water services and fire hydrants. At the end of the project, the ramp and Breakers Drive were capped with two inches of new asphalt. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $328,690.00 Actual amount of bid items constructed: 316,270.00 Total amount of change orders: 32,066.07 Final contract cost: $348,336.07 The decrease in the amount of actual bid items constructed under the original bid amount resulted from a reduction of trench paving required. The final overall SUBJECT: MAIN BEACH SV FORCE MAIN REPLACEMENT, CONTRA. 3296— COMPLETION AND ACCEPTANCE June 25, 2002 Page 2 construction cost including change orders was 5.98 percent over the original bid amount. A total of four change orders totaling $32,066.07 were issued to complete the project. They were as follows: 1. A change order in the amount of $9573.07 provided for additional work due to utility conflicts. 2. A change order in the amount of $15,860.00 provided for additional asphalt grinding. 3. A change order in the amount of $3,375.00 provided for installation of nine sand drains along Breakers Drive. 4. A change order in the amount of $3,258.00 provided for the excavation and installation of irrigation sleeves. Funds for the project were budgeted in the following accounts: Account Number Account Description Amount 7531- C5600532 Main Beach Sewer Force Main Replacement. $180,800.00 7501- C5500074 Water Main Master Plan Improvement Program 177,890.00 Total: $358,690.00 The original scheduled completion date was January 21, 2002. Due to changes related to the paving and drainage conditions the completion date was extended to April 12, 2002. All work was completed by the revised completion date. Respectfully WORKS DEPARTMENT G. Badum, Director By: D. g"� A mac.. R. Gunther, P.E. Construction Engineer F: \USERS\PBMShared \COUNCIL \FY01 -02Uune- 25\Main Beach C- 3296.DOC CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 2:30 p.m. on the 29th day of August 2001, at which time such bids shall be opened and read for MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT Title of Project Contract No. 3296 $ 394,700 Engineer's Estimate fihen G. Badum is Works Director Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. Contractor Class "A" License required for this project For further information, call Michael J. Sinacori. Project Manager at (949) 644- 3342. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT CONTRACT NO. 3296 TABLE OF CONTENTS NOTICEINVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 • • PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT CONTRACT NO. 3296 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The City will award the contract either to the low bidder of Schedule "A" or Schedule "B" The lowest bid for either Schedule "A" or Schedule "B" shall be the lowest total of the bid prices of the base contract and additive bid items depending on available funding The City will select either Schedule in a manner that does not reveal the Contractor's names to the proiect Public Works staff or City Council prior to the decision on which schedule and additive items will be awarded. The bids will be opened in a "blind bid" format with only the City Clerks knowing the Contractors name. At the time the City Council determines which Schedule and additive items will be constructed the successful Contractor's name will be announced. References checks of Contractors will be made by other Public Works Staff not involved in the project 6. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 7. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. • • PAGE 2 8. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 9. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 10. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 11. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 75555Lv Cris A Contractor's License No. & Classification For Aut rized Signature/Title t=jV (�jI nat-- SQC'T1raZR . Dat�✓�u�sf e • • PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT CONTRACT NO. 3296 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE AMOUNT OF THE BID - - - - - - Dollars ($ 107 OF BID ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT, Contract No. 3296 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an Individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 7th day of AUGUST 2= 2001 GCI CONSTRUCTION, INC. -� Name of Contractor (Principal) Authdrized SignaturefTtle'Fl0 tyl f?P �ecTr. TRAVELERS CASUALTY AND SURETY COMPANY OF Name of Surety AMERICA uthorized Agent Signature 21688 GATEWAY CENTER DRIVE SHAWN BLUME, ATTORNEY -IN -FACT Address of Surety Print Name and Title , DIAMOND BAR, CA 91765 (909) 612 -3000 Telephone (Notary acknowledgment of Principal & Surety must be attached) CAILIFORNIA ALL- PURPOSE GKNOWLEDGMENT State of California County of Drance On PU Uf 2Q, OU before me, Janet L. Russell - Notary Public DATE I NAME. TITLE OF OFFICER - E.G..'JANE DOE. NOTARY PUBLIC personally appeared ��(� tw ' NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), JANET L. RUSSELL or the entity upon behalf of which the Comm. 11166123 (n person(s) acted, executed the instrument. N m® NOTARY PUBLIC- CALIFORNIA o "O Orange County My Comm, Expires Dec. 21,2 WNESS my hand and Aicial seal. L. Russel j?IGNATUR�OFNOTARY Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENfRY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE BO -1133 3/94 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309 -7184 TRAVELERS CASUALTY AND SURETY COMPANY OF A ERICA TROLERS CASUALTY AND SURETY COMPA ARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Naperville, Illinois 60563 -8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Stong, Shawn Blume or Susan C. Monteon * * of Riverside, CA, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorncy(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such poNver so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (8-97) ter„ puog '/GelaJoaS;ue;sisstj uosueyop w uoN A8 �/�J �/ / 1tl35 � Z 8 6 I a > 'GtlOilHtlH = b `beorufrHf /. r� � -�/J ✓l� \�i /� %�`� Y bOd y T r�LO t�O b'J y') yJa �....1. Q`l ` �3b115 Q`N JY/ISV� ONY AI��C rv� hmrAT o ,Se sI 1 ale 'lnopoauuo o alel plo e o X1! at 1 ur `Xueduio a 1 o ooi Wu o ai 1 le a ea uc ou2i 3 P /�)� gP Q �3 S` JUH3 J t OgJ 3J0 H { PI SP P S /v '0010; ut Mou aie `,illsoglny Io a;eagivaD oql ui lluoJ las se `saoloanQ Jo spaeog aql Jo suopnlosag Suipuels 3q1 legl 'wowlagun3 pue 'paxonaI uaaq ]ou sell pue aoaoJ 1lnJ uI suleuial (IlloglnV Jo oleag!uaD pue XauaoIIV Jo aamod pagaelle pue SuioSaaoJ aql legl kjl LNgD AggdHI -I OQ 'siouillI3o ale1S oql Jo uo[leiod10o lloolS `SIONI'I'II 30 ANVJNO:) AL3Hf1S QNV AL'IVRSVJ 9H3'I3AVH.L Pue `1nopoouuoD Jo a1e1S agl Jo suocleiodsoo xools `ANVdW00 AL IVfISVO NO.L9NIIIRIV3 PUB ANVdI1100 A.L3HHS QNV A.L IVfISVO SHT1HAVH.1 `VarHa IV d0 ANVdIAOO AL3HIIS QNV A.L'IVIISVJ SH3'I3AVHL Jo Cau ;aaaas ;ue;srssV `pauSisiapun aql `I 91VJIALL2I20 Ilneai ;al •o opeIN ollgnd tieloN loot 'oe aunr sajidxa uoissiwwoo !yV �01 �9lld � 1il•0 ;oaiagl suot;nlosag SucpuelS alll aapun wWo aaq /slg Jo ,iilaoglne Xq suoilmodioo oql Jo Jlegaq uo luaunulsuc pies oql palnooxa aqs /aq legl pue `sleas 31modioo Bons wu luawnzlsui pies oql of paxge sleas oql legl 'suollelodioo pies Jo sleas oql smou3l aqs /oq wgl'luawnalsui anoge aql palnaaxa go w . t modioo oql 'SIONI'I'II 30 ANVdWO3 A.IMIS QNV AL IVIISVO SH3'I3AVH.1 Pub ANVdIAI00 A.I'IVIISVJ NOL`JNIMV3 `ANVJWOII AI MIS QNV A.L'IVIISVJ SH3'I3AVH.I `VOIHawV 30 ANVdWOJ AI3HIIS QNV A.L IVIISVJ SH3'I3AVH,LJo;uapcs3ad aalA aoluaS sl aqs /aq legl :Xes pue osodop pip `woms ,flnp am Xq Sujaq `ogm `umoml ow of NOSdL1tOH.I 'M 3JH03O ouieo Alleuosaad oui aioJaq 6661 `aunt Jo dep 14181 sigl uO luap!saad 831Aaoluag,5 ' J� yONI)) uosdwoyl •M 96aoaO 6 �� gp,0 1tl39 n SIONI'I'H 30 ANVdHOJ AIMMS QNV A.L'IVf1SVJ SH3'I3AVHZ ANVCI NOJ AS'IVIISVJ NOIDNIUNVI4 ANVdNOJ AINHAS QNV Al'IVf1SV3 SHTMAVIa V3IH3WV d0 ANVdI 03 AI3HIIS QNV A.L'IVIISVJ SlITHAVH.L r��y�•��,,f,,��9 o 2861 T�Y�dV�20 Y��/ISV� d�y -moo j7,S >e''OtlOjltltlH ,N J'CH04j H . s d'�NV Al \�C5 wf3�50d� )nrA Q1IOdZHVH 210 AINnOJ Pto3ueH 'SS ( .,nmoHNNOo 30 aivLs '666T `aunt Jo ,Cep 11181 Snll Paxyv olaaag aq of sleas olujodaoo nagl pue ` ;uaplsaad aalA aoluaS jwgl ,Iq pauSls aq of luoumzlsuc scgl pasneo aneq SIONI'I'II 30 ANVdwoj A LaH(IS ([NV A.L'IVIISVJ SHd'IHAVHL PUB ANVdWOJ A.L'IVIISVII NO.LONIWdVd `ANVdIV03 AI MIS ([NV A.L 1VIISVJ SH3'I3AVHI `VJIH3IAIV 30 ANVdI-1IOJ A. mis QNV ALIVIISVO SH3I3AVH,L `303H3HM SS3N.IIM NI STATE OF _ COUNTY OF CALIFORNIA RIVERSIDE On O //G ©f before me, 10 a3.Y970in711IN SS. R. STANDLEY — SHAWN BLUME personally known to me r ^- ^ - ^ ^ ^a ^•^ ^4 t)A^ i,_ ig 4 a to be the person(4 whose name(s-)- is/axa subscribed to the within instrument and acknowl- edged to me that he /.sl4e,4kc+5, executed the same in his/ r•. Q;A;teit- authorized capacity4ec�, and that by his /ker/ 44eir signature(e} on the instrument the person(&), or the entity upon behalf of which the person(&)- acted, executed the instrument. WITNESS my hand and official seal. Signature This area fur Official Notarial Seal • ,, �, v,' .::wa:: ,r�ra.::,...,...:.... -.. i.i..o` ;_ >- nvvva..... ^-:.a Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION Of ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 1D -081 Re,.6 /94 ALL - PURPOSE ACKNOWLEDGEMENT L] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • PAGE 4 MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT CONTRACT NO. 3296 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 2. 3. 4. 5. 6. 7. 6. 9. 10. Bidder • • PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT CONTRACT NO. 3296 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Completed Name /Agency il.��� �► L�„ a �.J �� GCi (bns- (- mfioo, fie. Bidder Person Telephone To Contact Number Signature/Title 4t C I CONSTRUCTION, INC• FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of June 30, 2001 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT CITY OF ANAHEIM 1 038 Illinois Street Water Main Replacement Project 565,720 200 S. Anaheim Blvd. Anaheim, CA 92805 (714) 765 -5100 CITY OF FOUNTAIN VALLEY 017 Park & Ride Lot at the Fountain Valley 166,669 10200 Slater Avenue Recreation Center Fountain Valley, CA 92708 (714) 593 -4400 CITY OF INDUSTRY 077 Parriott Place West Street Improvements ( 1,614,179 INDUSTRY URBAN- DEVELPMT.AGENCY 15651 E. Stafford Street City of Industry, CA 91744 ! (626) 333 -2211 I CITY OF LAGUNA BEACH j 025 Virginia Park Drive, Skyline Drive & Vista 315,315 505 Forest Avenue j Lane Storm Drain Laguna Beach, CA 92651 059 Park Avenue Storm Drain Improvements 52,604 (949) 497 -0351 CITY OF MISSION VIEJO 089 La Paz. /MuirlandsIntersection Improvements 809,720 25909 Pala, Suite 200 i ! Mission Viejo, CA 92691 (949) 470 -3052 CITY OF NEWPORT BEACH I. 009 Water Line Replacements& Alley 26,243 3300 Newport Blvd. Reconstruction Marcus Newport Beach, CA 92658 -8915 012 Jamboree Road Sewer Improvement 139,730 (949) 644 -3311 i 018 Central Balboa Water, Sewer & Alley 495,804 Improvements & West Newport Beach Main Replacement, Phase II 040 32 "d St./Newport Blvd. Street Rehabilitation& 524,288 30' St./ Newport Blvd. Storm Drain Improv. 069 Bayside Drive Storm Drain Improvements 267,905 1 082 Newport Dunes Storm Water Diversion 60,065 091 Comm. Of Beacon Bay Assmt. Dist. No. 79 658,115 Street, Drainage, Lighting & Utility Improvement and City Sewer Replacement CITY OF ROSEMEAD 1 013 Storm Drain Improvements 330,031 8838 East Valley Blvd. Rosemead, CA 91770 j (626) 288 -6671 CITY OF TORRANCE 016 Construction of CMP Replacement Program 1,021,000 3031 Torrance Blvd. 1998 -199 026 Construction of Amie Avenue G:Va et \GCIVOBLIST\GCI REFERENCE SHT.doc Page 1 of 4 It C I CONSTRUCTION, INC• FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of June 30, 2001 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT Torrance, CA 90509 -2970 Retention Basin Force Main 423,078 (310) 618 -2820 _ j 090 Emergency Channel Stabilization 25,920 COUNTY OF ORANGE ! 071 Santiago Canyon Road / Transportation 331,299 CONSTRUCTION DIVISION Corridor— Drainage Improvements P.O. Box 4048 Santa Ana, CA 92702 -4048 (714) 567 -7812 _ C.W. DRIVER 035 "Perilous Plunge "- Utilities _ 215,583 7442 North Figueroa Street { Los Angeles, CA 90041 -1710 (323) 259 -8600 EL CAMINO ENCLAVE 036 Falda Avenue, Torrance (Underground) 238,834 561 W. Rincon Street Corona, CA 91720 (909) 725 -8616 j GORDON & WILLIAMS ! 003 East L.A. Recycling &Transfer Station 313,144 2 Faraday 010 Coasters Restaurant - Knott's Berry Farm 12820 Irvine, CA 92628 081 Farmers Market -E, O, & P – Los Angeles 141,730 (949) 588 -2855 IRVINE RANCH WATER DISTRICT 001 Bonita Creek Park Trunk Sewer Relocation 621,100 15600 Sand Canyon Avenue Irvine, CA 92618 j (949) 453 -5585 JOHN LAING HOMES — 037 Laing Homes Meadowlark Utilities- Tract 99,981 19600 Fairchild, Suite 150 15472 Irvine, CA 92612 (949) 476 -9090 Ext. 230 KNOTT'S BERRY FARM 1 010 Coasters Restaurant Knott's Berry Farm 12,820 8039 Beach Blvd. 023 "Wipe Out" & "Scrambler" 71,031 Buena Park, CA 90620 027 "Soak City" Demo 123,882 (714) 220 -5227 j 028 Parking Lot Rehab for Restriping 51,309 029 Employee Parking Lot 29,418 030 "Soak City" — Water Lines 13,000 031 Mechanical Pump Buildings - "Soak City" ! 899,999 j 032 "Soak City" Grading 572,073 033 "Soak City" - Utilities 498,067 034 "Perilous Plunge" - Demo 159,750 039 Cross Town Sewer 210,708 041 "Soak City" — Asphalt Paving 170,394 1 043 "Soak City" — Concrete Flatwork 753,828 G:Uanet \GCIUOBLIST\GCI REFERENCE SHT.doc Page 2 of 4 It C I CONSTRUCTION, INC• FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of June 30, 2001 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT GAJmet \GCW0BLISTTGC1 REFERENCE SHT.doc Page 3 of 4 044 "Soak City" — Wall #1 for Ramp to Bridge 94,590 046 Grand Avenue Drop Off - Knott's Berry Farm 102,136 052 Retaining Wall & Bridge Abutment -Soak City 305,293 054 Stanton Avenue Phase -I 136,071 055 Housekeeping Pads — "Soak City" 9,812 LOS ANGELES COMMUNITY 1 063 Certain Domestic Underground Water Mains - 238,103 COLLEGE DISTRICT East Los Angeles College Facilities Planning & Development 770 Wilshire Blvd. Los Angeles, CA 90017 (213) 891 -2480 LOYOLA MARYMOUNT UNIVERSITY 002 L.M.U. Export -Playa Vista 716,502 7900 Loyola Blvd. Los Angeles, CA 90045 -8370 (310) 338 -7762 MISSION VIEJO CHRISTIAN CHURCH j 011 Mission Viejo Christian Church 11,222 27405 Puerta Real Suite 360 Mission Viejo, CA 92691 (714) 768 -0209 MR. JOHN THORSELL j 006 Water Line Relocation - Dana Point 13,709 1 Santa Lucia Dana Point, CA 92629 (949) 448 -8722 NEWPORT MESA UNIFIED SCHOOL 1 076 Grading Improvements forConstructionof 12,005 DISTRICT Preschool at Whittier Site 2985 -E Bear Street Costa Mesa, CA 92626 (714) 424 -7528 i OAKHILL DEVELOPMENT 1 068 35386 Camino Capistrano, Lot 57, Tract 1127, 99,260 1048 Irvine Blvd., 4363 ! Dana Point Newport Beach, CA 92660 (949) 574 -9164 ORANGE COUNTY WATER DISTRICT 048 Santiago Creek Recharge Project 352,956 10500 Ellis Avenue Fountain Valley, CA 92728 (714) 378 -3305 PACIFIC BUILDING INDUSTRIES 3190 -K Airport Loop Drive 024 Bayside Restaurant - Newport Beach Costa Mesa, CA 92626 (714) 755 -0299 j 2,700 GAJmet \GCW0BLISTTGC1 REFERENCE SHT.doc Page 3 of 4 4t C I CONSTRUCTION, INCP FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of June 30, 2001 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT PERDOMO BLT ENTERPRISES, LLC 1 003 East L.A. Recycling and Transfer Station 313,144 511 Spectrum Avenue Oxnard CA 93030 (805) 278 -8220 _ PLAYA CAPITAL COMPANY, LLC 004 Placement of LMU Import Material 132,470 12555 West JeffersonBlvd., Suite 300 Los Angeles, CA 90066 (310) 822 -0074 PORT OF LONG BEACH 022 Removal of Nicholson Avenue Ramp 128,153 925 Harbor Plaza Drive, 4' Floor Long Beach, CA 90801 (562) 437 -0041 SOUTH COAST WATER DISTRICT 007 Coastal Treatment Plant - Export Sludge Force 93,109 31592 West Street Main Phase III Laguna Beach, CA 92607 015 Camino De Estrella Sewer Main 110,767 (949) 499 -4555 058 Pacific Coast Hwy. 12" Water Main, Dana Point 1,108,766 058 -C101 -106 Holtz Hill Waterline, Dana Point SOUTHERN CALIFORNIA WATER 045 Albertoni Blvd., East of Avalon Blvd. - 12" DI 142,229 COMPANY Pipe Watermain Installation 17140 South Avalon Blvd., Suite 100 047 Inglewood Avenue 12" DI Pipe 251,790 Carson, CA 90746 049 223`' Avenue, Hawiian Gardens - Watermain 217,257 (310) 767 -8205 1 050 224' Avenue, Hawiian Gardens - Watermain 223,773 051 Brittain Avenue, Hawiian Gardens-Watermain 241,993 TRI CORPS ENGINEERING 075 Aliso Viejo Desilting Basins I 42,750 7005 Hwy. 215, Frontage Road Moreno Valley, CA 92553 (909) 369 -9396_ WALNUT VALLEY UNIFIED SCHOOL j 008 Morning Sun Landslide Site - Walnut 25,392 DISTRICT 073 Morning Sun St. Grading & Storm Drain 71,816 880 South Lemon Avenue Walnut, CA 91789 (909) 595 -1261 Ext. 1378 j G:\J=et \GCIV0BLIS1�GCI REFERENCE SHT.doc Page 4 of 4 • • PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT CONTRACT NO. 3296 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ) 1-I QJ 15w Q*- , beiinq first duly sworn j ,deposes and says that he or she is , r�'dY- —Wpn.,SU`�� oft "�Q)(19-�(1C�f /06 fTM . , the party making the foregoing bFd7lhat the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. 401 QDY1S`(�C�0�1 Bidder I tw �-.N em Subscribed and swom to before me thisffloday of ary Public N My C4 JANET L. RUSSELL COMM. A 1166123 N NOTARY PUBLIC. CALIFORNIA CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT r PAGE 7 MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT CONTRACT NO. 3296 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Propertv- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • PAGE 8 MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT CONTRACT NO. 3296 CONTRACT THIS AGREEMENT, entered into this 11th day of September, 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GCI CONSTRUCTION, INC., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT Project Description 3296 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3296, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. • • PAGE 9 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of three hundred twenty -eight thousand, six hundred ninety and 00/100 Dollars ($328,690.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR GCI Construction, Inc. 245 Fischer Avenue Suite B -3 Costa Mesa, CA 92626 714 - 957 -0233 Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that • • PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • 4. Other Insurance Provisions • PAGE 11 The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. • • PAGE 12 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. • • PAGE 13 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day anri vpar first wriftpn ahnvp CITY OF NEWPORT BEACH A Municipal Corporation Mayor Garold B. Adams APPROVED AS TO FORM: GCI CONSTRUCTION, INC. By: /f� CITY ATTORN Y Autho ed Signa ure and Title H63dZCAna4f- �c7762.S_ Adak • .. ............................... .... ............................... CERTIFICATE OF INSURANCE :Date mm /aa /yy) Prcducer 71 4) 289-767C THIS CERTIFICATE IS ISSUM AS A MATTER OF INFORMATION Seltzer Insurance Service 1524 E. Ma fair Ave y Orange, CA 92867 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE MLDER- THIS CERTIFICATE MRS NOT' AMEM, EXTEND OR ALTER THE COVERAGE AFFORDED BY TL@ POLICIES BELOW. GCNPANiES AFFbRDING CUVERA(M Company Mt . Hawley A Insurance Company Company progressive Casualty Ins. Co. B Insured GCIC003 -COS Company National Union Fire Insurance Co. AIQ C GCI Construction,Inc., WME, Inc., `°Davy D= State Compensation Ins Fund CME Corp. 245 Fischer Ave. Suite B -3 :COVERAGES THIS IS TO CERTIFY 'I :HAT ': HE POI.IC:ES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME-- ABOVE OR THE PCIA CY INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY POLICY CO LTR TYPE OF INSURANCE LOISCY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS A qKNERAL LIABILITY Cortmercial General Liab Claims Made Occur MGL 0 12 9 8 9 3 04/01/01 0 4/ 0 1/ 0 2 General Aggreqate $ oul Products -CO Dos A $ Personal & Adv In 'u $ Each OccurrenCE $ Owner's & Cont Protective Fire Dama e(an 1 fire) $ per PYOj A$$ Med En(any one person) B AUTOMOBILE LIABILITY Any Auto 04582298 -0 07/18/01 01/18/02 Combined Single Limit $ Bodily Injury (per person) $ All Owned Autos Scheduled Autos Hired Autos Non -Owned Autos Bodily Injury (per accident) $ Property Damage GARAGE LIABILITY Auto Only - Ea Accident $ Other Than Auto Onl .... .............................. Any Auto Each Accident $ Aqqreqate EXCESS LIABILITY Each Occurrence $ C Umbrella Form BE8711668 04/01/01 04/01/02 Aggregate S Other Than Umbrella Form $ D WORKERS' 0301P6T)SATIIXI AND EMPLOYERS' LIABILITY The Proprietor/ Lncl Par e Proprietor/ Officers are: Excl 1627031 03/17/01 03/17/02 Statuto Limi the :. EL Each Accident s 1,000-000 EL Disease -Policy Limit $ 1, Q00 EL Disease -Ea Employee $ E OTIM M/ Equipment MXI98401074 04/01/01 04/01/02 Leas ed /Hired /Rented imit $100,000 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS he City, its officers, officials, employees and volunteers are all named dditional Insured(s) as per attached endorsement and with respect to work erformed on Project:Main Beach Sewer Force Main and Breakers Drive Water ain Replacement- located in the City of Newport Beach. Contract No. 3296. aiver of Subrogation to be included. CERTIFICATE HO1i3T3I tUtELLAT ION' 00 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL � MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City Of Newport Beach Public Works Department 3300 Newport Blvd. Newport Beach, CA 92658 -8915 LEFT, Autho zed presentative tt�e Q➢yliC' 3Pri company.ixc QW1K ( 99 7) GCI Construction, Inc. • • POLICY NUMBER:MGL0129893 COMMERICAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED — OWNERS, LESSEES, OR CONTRACTORS (FORM B) This Endorsement Modifies Insurance Provided Under The Following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE NAME OF PERSON OR ORGANIZATION: City of Newport Beach Public Works Department It Officers, Officials, employees And Volunteers PROJECT: Main Beach Sewer Force Main and Breakers Drive Water Main Replacement- In the City of Newport Beach. Contract No. 3296 Amount 328,690.00 If no entry appears above, information required to complete this endorsement will be shown in theDeclarations as applicable to this endorsement. WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. IT IS FURTHER AGREED that such insurance as is afforded by this policy or by these policies for the benefit of the additional insured(s) shown above shall be primary insurance, but only as respects any claims, loss or liability arising out of the operations of the named insured(s), his sub - contractors or materialmen or suppliers an any insurance maintained by the additional insured(s) shall be excess and non - contributing. Auth ,ri d Representative CG 20 10 11 85 COPYRIGHT, INSURANCE SERVICES OFFICE, INC. 1984 GCI Construction, Inc. POLICY NUMBER: 04582298 -0 • COMMERCIAL AUTO LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED — OWNERS, LESSEES, OR CONTRACTORS (FORM B) This Endorsement Modifies Insurance Provided Under The Following: COMMERCIAL AUTOMOBILE LIABILITY COVERAGE PART: SCHEDULE NAME OF PERSON OR ORGANIZATION: City of Newport Beach Public Works Department, Its Officers, Officials, Employees and Volunteers PROJECT. Main Beach Sewer Force Main and Breakers Drive Water Main Replacement- In the City of Newport Beach. Contract No. 3296 Amount $328,690.00 If no entry appears above, information required to complete this endorsement will be shown in theDeclarations as applicable to this endorsement. WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. IT IS FURTHER AGREED that such insurance as is afforded by this policy or by these policies for the benefit of the additional insured(s) shown above shall be primary insurance, and no other insurance of the additional insured(s) will be called upon to contribute to a loss. Authori Representative CG 20 10 11 85 COPYRIGHT, INSURANCE SERVICES OFFICE, INC. 1984 0 PR1of13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL CONTRACT NO. 3296 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3296 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: SCHEDULE "A" (Breakers Dr., Ramp and Jasmine Ave.) ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A -1. Lump Sum Mobilization, Demobilization, and Cleanup Thar e� h+ ft9(J5& Y @ r Dollars and Cents Per Lump Sum A -2. Lump Sum Traffic Pontrol ilcl7l��ollars and fb Cents Per Lump Sum $22W°o 0 • PR2of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A -3. 890 L.F. Pipe Burst Existing 4 -inch Cast Iron Water Main and Install New 6 -inch H.D.P.E., SDR -17, Sewer Force Main and Fittings in Breakers Drive @ Dollars and kO Cents $ 41.110 Per Linear Foot A -4. 750 L.F. Install New 6 -inch H.D.P.E., SDR -17, Sewer Force Main and Fittings in Breakers Drive, Ramp, Across Ocean Boulevard, and in Jasmine Avenue @ li Dollars and Cents $, sa Per Lineal Foot A -5. 1 Each Connection to Existing Sewer Manhole Cakapta-& rt Dollars and Cents $1.300,00 $ 4X °d Per Each A -6. 1,030 L.F. Install New 8 -inch PVC C900, Class 150, Water Main in Breakers Drive @ � k+ Dollars and Cents $ --3s.-5b $ 3� 5, "o Per Lineal Foot 1. 0 PR3of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A -7. 23 Each Remove Existing and Install New 1 -inch Water Service Including Connecting to Exist. Pressure Reducing Valve, Meter Box and Cover and (10 Cents $ to ff o° $ 1 Per Each A -8. 2 Each Install New Fire Hydrant Assembly and Connect to New 8 -inch Water Main @ \ Dollars and /l0 Cents $'�� $ °d Per Each A -9. 1 Each Connect to 6 -inch Existing Water Main @�4fj�n h UrI, pfd Dollars and t10 Cents $ +� $ ,o° Per Each A -10. 3 Each Install 6 -inch Gate Valve Including Valve Box and Cover and Appurtenances @ ayLp /l,L(,U(di�Y�/ Dollars and /l0 Cents $ q06 P0 $ Per Each .2-100. pp A -11. 9,000 S.F. Remove and Resurface A.C. Pavement within Trench Boundaries along Breakers Drive and Jasmine Avenue @ �bVy' Dollars S and ,c Cents $ , �r $ Per Square Foot 0 6 PR4of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A -12. 1,500 S.F. Remove and Resurface P.C.C. Pavement within Trench Boundaries along Jasmine Avenue and Ocean Boulevard @ Dollars and f"V Cents $ 7, $ 11, 2M. d Per Square Foot A -13 4,000 S.F. Remove and Install Full Depth A.C. Pavement in A.C. /P.C.C. Pavement within Trench Boundaries along Ramp @ SIB Dollars I ,• and it Cents $ (p,36 $ Z od Per Square Foot A -14. Lump Sum Pressure Test, Disinfect and Flush Water Main @'rhuebny) 1111 &Dollars and (lA Cents $ Per Lump Sum A -15. Lump Sum Remove Existing and Install New Discharge Piping in Existing Sewer Pump Station to Valve Vault Including Trench Resurfacing and Abandoning Existing Force Main and Associated Appurtenances @ Dollars and 110 Cents Per Lump Sum A -16. Lump Sum Construct Sewer Force Main Bypass Valve Vault @ Dollars and 11D Cents $ qW11 $ / oO Per Lump Sum 0 0 PR5of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A -17. Lump Sum Excavation Safety Measures Including Adequate Sheeting, Shoring and Bracing or Equivalent Methods for the Protection of Life and Limb, Which Shall Comply To Applicable Safety Orders @ Y�ollars and 119 Cents Per Lump Sum $ , tjQ.°° $ BASE PRICE IN WRITTEN WORDS OF SCHEDULE "A" BID ITEMS A -1 THROUGH A -17 and (W Cents ac429, D to (�I��957 -0 Bidder's Bid er's Telephone and Fax umbers -755:5�b Glass 'A,, Bidder's License No(s). and Classification(s) lars $ Z81,190, °° Total Price (Figures) fie( (las k"'o✓] , ac Bidder / f3 �e d thorized $-n acr d Title 245 FI-q hQ r 4y.133. Cbs4 Y12.0-b Bidder's Address PR6of13 ADDITIVE BID ITEMS The following bid items are ADDITIVE to Schedule "A ". Note that the City of Newport Beach reserves the exclusive right, in its sole discretion, to award one or both of the following additive bid items as contained in this Proposal. The City may reject any or all bids, waive any informality in any bid and make the award in the best interest of the City. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1a. 24,000 S.F. Install Asphalt Concrete Overlay Along Breakers Drive @ OU Dollars and Cents Per Square Foot 1 b. 2,000 S.F. Grinding of Existing Asphalt Concrete Pavement Along Breakers Drive @ Did Dollars and ►vl Cents Per Square Foot 2a. 10,500 S.F. Install Asphalt Concrete Overlay Along the Half -Width of the Ramp, and Portion Of Jasmine Avenue $ 1,00 $ 2_ 0 ca @ QYIQ Dollars and l�Q Cents $ /'00 $ ��• 610 Per Square Foot 2b. 6,000 S.F. Grinding of Existing Asphalt Concrete Pavement Along the Half -Width of the Ramp, and Portion of Jasmine Avenue @ Q7�F Dollars and ' r '/(I { Cents $ Per Square Foot 0 0 PR7of13 SCHEDULE "B" (Easement and Marguerite Ave.) ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE B -1. Lump Sum Mobilization, Demobilization, and Cleanup @ C O*V.'kVtJ1Dollars 7 and (lo Cents °� Per Lump Sum B -2. Lump Sum Traffic Co trol 'nn @ 5 60 ollars and ���c�o Cents $ ,— Per Lump Sum 4 B -3. 350 L.F. Install New 6 -inch Certa -Lok Yelomine, SDR -17, Sewer Force Main and Fittings in Easement between Lots, Across Ocean Boulevard, and in Marguerite Avenue @T kbad(d Dollars and Cents $ 202 $ -70i- 7661Q° Per Lineal Foot B -4. 1 Each Connection to Existing Sewer Manhole @ 5C)Lh a a Rj Dollars and rW Cents $ Per Each B -5. Lump Sum Remove Existing Wood Stairs to Second Landing and Rebuild with New Materials .auen&mde� `and' wand fia Cents $ ' '1}"°'— $ 00 Per Lump Sum P PR8of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE B -6. Lump Sum Remove Existing Concrete Retaining Wall and Rebuild with New Materials Including Placement of Soil Cement in Trench Boundaries @.�Vff4 /baollars and /ltD Cents $ 71 �to-03 $ Per Lump Sum B -7. Lump Sum Remove, as Required, Existing Wood Property Fence and Rebuild with New Materials @ 6&idDo llars and ltcD Cents $ — $ 3 Per Lump Sum B -8. Lump Sum Remove and Rebuild Existing Concrete Walkway, Block Fence and Wood Gate @ < Dollars and /lta Cents $ 8T °O $IQp,00 Per Lump Sum B -9. Lump Sum Remove Existing Shower and Replace with New Materials @t 1 0V1h11.YldYfd Dollars and Cents $ 1 �0 ao $ Per Lump Sum B -10. Lump Sum Remove, As Required, Existing Landscaping and Irrigation System, Replant with New Materials, and Reinstall Irrigation System @ h*.k"&gdrejDollars and %19 Cents $ 8 (Q! —c=co $ 8(000-011 , (000 - ° Per Lump Sum 0 El PR9of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE B -11. Lump Sum Remove and Replace Existing A.C. Driveway within Trench Boundaries @ r U Dollars and / / / /�I 00 Cents $-- $ Q Per Lump Sum B -12. Lump Sum Remove and Replace Existing Concrete Sidewalk and Curb and Gutter @ Ur U Dollars and � Cents $ 4'�_ $ 4=0-1 Per Lump Sum B -13. 5,700 S.F. Remove and Resurface P.C.C. Pavement within Trench Boundaries along Marguerite Avenue and @ Intersection of Marguerite Avenue and Ocean Boulevard @� Dollars and Iur Cents $ -- Per Square Foot B -14. 1,030 L.F. Install New 8 -inch PVC C900, Class 150, Water Main in Breakers Drive @ Dollars and Cents $ -30,51 $ Per Lineal Foot B -15. 23 Each Remove Existing and Install New 1 -inch Water Service Including Connecting to Exist. Pressure Reducing Valve, Meter Box and Cover @ 8 1 Dollars and 0 Cents $ (020, 00 $ 14, WoO, 00 Per Each E PR 10 of 13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE B -16. 2 Each Install New Fire Hydrant Assembly and Connect to New 8 -inch Water Main @ ollars and %(Cents $ 2,3C>7 °° $ 4_ 0 Per Each B -17. 1 Each Connect to 6 -inch Existing Water Main @ t-'4iiSlUYI rllLli d r6d Dollars and 1� Cents $ 1,500fo $ 1jM00o Per Each B -18. 3 Each Install 6 -inch Gate Valve Including Valve Box and Cover and AppurteLnancesl! @ 0iA01UAML�i'J&A) Dollars and /ZQ Cents $ q10," $ Per Each B -19 8,400 S.F. Remove and Resurface A.C. Pavement within Trench Boundaries along Breakers Drive @ S Dollars 5b(p�� oG and Cents $ Per Square Fdbt B -20. Lump Sum Pressure Test, Disinfect and Flush Water Main @Tt.4)O41bUSQ-j4 Dollars and /lm Cents $ 060:110 $,;;000,00 Per Lump Sum PR 11 of 13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE B -21. Lump Sum Remove Existing and Install New Discharge Piping in Existing Sewer Pump Station to Valve Vault Including Trench Resurfacing and Abandoning Existing Force Main and Associated Appurtenances @N P Dollars and Cents $ R . q o °a $ 9i Per Lump Sum B -22. Lump Sum Construct Sewer Force Main Bypass Valve Vault _ "I a VA.1 ..�i ;r. . �. . r • / 860,'X Cents $ Per Lump Sum B -23. Lump Sum Protect Existing Utilities in Place @ WAU6C64AIDollars and ca M Cents $2goa $ Per Lump Sum B -24. Lump Sum Excavation Safety Measures Including Adequate Sheeting, Shoring and Bracing or Equivalent Methods for the Protection of Life and Limb, Which Shall Comply To Applicable Safety Orders @V&a4tfhJ4d Dollars and ���� U Cents $ =1-� =01 $ l�, p0 Per Lump Sum • PR 12 of 13 BASE PRICE IN WRITTEN WORDS OF SCHEDULE "B" BID ITEMS B -1 THROUGH B -24 and Cents I `Ff l 2Z 1 Date N4 57 623 k�g)n01 iys Bidder's Telephone and Fax Numbers - lrnh�'--7o d&S, 1A to Bidder's License No(s) and Classification (s) lars $ �✓4b 5q5, oo Total Price (Figures ��IS�fU�la►�, �1C� Bidder Biddgepf, Authorized Signature afid Title M F sii Bidder's Address ADDITIVE BID ITEMS 11 PR 13 of 13 The following bid items are ADDITIVE to Schedule "B ". Note that the City of Newport Beach reserves the exclusive right, in its sole discretion, to award the following additive bid items as contained in this Proposal. The City may reject any or all bids, waive any informality in any bid and make the award in the best interest of the City. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1a. 24,000 S.F. Install Asphalt Concrete Overlay Along Breakers Drive @ Dollars and Cents Per Square Foot 1 b. 2,000 S.F. Grinding of Existing Asphalt Concrete Pavement Along Breakers Drive @ Dollars and Cents Per Square Foot $ $ F: \UserS\PBW\Shared \Contracts \FY 00 -01 \Main Beach Sewer Force Main C- 3296\PROPOSAL C- 3296.doc 0 0 CONTRACT NO. 3296 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK . ..............................1 2 -6 WORK TO BE DONE ................................. ..............................1 2 -6.1 Sequence of Work ...................................... ..............................1 2 -6.2 Sewer Bypass Pumps and Piping .............. ............................... 2 2 -9 SURVEYING ............................................. ............................... 2 2 -9.3 Survey Service .......................................... ............................... 2 2 -9.6 Survey Monuments .................................... ............................... 2 SECTION 3 CHANGES IN WORK ................................. ..............................2 3-3 EXTRA WORK ........................................... ..............................2 3-3.2 Payment ..................................................... ..............................2 3 -3.2.3 Markup ...................................................... ............................... 2 SECTION 4 CONTROL OF MATERIALS ....................................... ..............................3 4 -1 MATERIALS AND WORKMANSHIP ......... ..............................3 4 -1.3 Inspection Requirements ........................... ............................... 3 4 -1.3.4 Inspection and Testing .............................. ............................... 3 SECTION 5 UTILITIES .................................................. ..............................3 5 -7 ADJUSTMENTS TO GRADE .................... ............................... 3 5 -8 SALVAGED MATERIALS ......................... ............................... 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK .......................................... ..............................4 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK .......... ..............................4 6 -7 TIME OF COMPLETION ............................ ..............................4 6 -7.1 General ...................................................... ..............................4 6 -7.2 Working Days ............................................. ..............................4 0 0 6-7.4 Working Hours ............................................ ..............................4 6 -8 LIQUIDATED DAMAGES ......................... ............................... 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR ........................ 5 7 -7 COOPERATION AND COLLATERAL WORK .........................5 7 -8 PROJECT SITE MAINTENANCE ............. ............................... 5 7 -8.5 Temporary Light, Power and Water ........... ............................... 5 7 -8.6 Water Pollution Control .............................. ............................... 5 7 -8.8 Steel Plates ................................................ ..............................6 7 -10 PUBLIC CONVENIENCE AND SAFETY ... ..............................6 7 -10.1 Traffic and Access ..................................... ............................... 6 7 -10.2 Storage of Equipment and Materials in Public Streets .............. 6 7 -10.3 Street Closures, Detours, Barricades ........ ............................... 6 7 -10.4 Public Safety ............................................ ............................... 7 7- 10.4.1 Safety Orders ............................................ ............................... 7 7-10.5 "No Parking„ Signs .................................... ............................... 8 7 -10.6 Notice to Residents and Temporary Parking Permits ................ 7 -15 CONTRACTOR LICENSES ...................... ............................... 8 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS ............ 8 SECTION 9 MEASUREMENT AND PAYMENT ........... ............................... 9 9 -3 PAYMENT ................................................. ............................... 9 9 -3.1 General ...................................................... ..............................9 9 -3.2 Partial and Final Payment .......................... ............................... 14 PART 2 - -- CONSTRUCTION MATERIALS SECTION207 PIPE ............................................................ .............................14 207 -9 IRON PIPE AND FITTINGS ........................ .............................14 207 -9.2 Ductile Iron Pipe for Water and Other Liquids ...........................14 207 -9.2.3 Fittings ......................................................... .............................14 207 -9.2.4 Lining and Coating .................................... ............................... 14 207 -9.2.5 Polyethylene Encasement for External Corrosion Protection.... 14 207 -18 HIGH - DENSITY POLYETHYLENE (H.D.P.E.) SOLID WALLPIPE ................................................. .............................15 207 -18.1 General ....................................................... .............................15 207 -18.5 Submittals ................................................. ............................... 15 207 -18.6 Warranty ...................................................... .............................15 207 -21 PVC "Yelomine" PLASTIC PIPE ............... .............................15 207 -21.1 General ....................................................... .............................15 0 0 207 -22 PVC PLASTIC PIPE WATER MAIN ............ .............................16 207 -22.1 General ....................................................... .............................16 207 -22.2 PVC Plastic Pipe for Water and Other Liquids .......................... 16 207 - 22.2.1 General ....................................................... .............................16 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK ............................................. .............................16 300 -1 CLEARING AND GRUBBING ..................... .............................16 300 -1.3 Removal and Disposal of Materials ............. .............................16 300 -1.3.1 General ....................................................... .............................16 300 -1.3.2 Requirements .............................................. .............................16 300 -1.4 Solid Waste Diversion ................................. .............................16 SECTION 302 ROADWAY SURFACING ........................... .............................17 302 -5 ASPHALT CONCRETE PAVEMENT .......... .............................17 302 -5.1 General ....................................................... .............................17 302 -5.4 Tack Coat .................................................. ............................... 17 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT ....................17 302 -6.6 Curing ........................................................ .............................17 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION ....................17 303 -1 CONCRETE STRUCTURES ....................... .............................17 303 -1.1.2 Waterproofing Exterior Surfaces of Concrete Structures ..........17 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS ........................ .............................17 303 -5.1 Requirements .............................................. .............................17 303 -5.1.1 General ....................................................... .............................17 303 -5.5 Finishing ...................................................... .............................17 303 -5.5.1 General ....................................................... .............................17 303 -5.5.2 Curb ............................................................ .............................18 303 -5.5.3 Gutter .......................................................... .............................18 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL ....................................... .............................18 400 -2 UNTREATED BASE MATERIALS .............. .............................18 400-2.1 General ....................................................... .............................18 400 -2.1.1 Requirements .............................................. .............................18 • • SP 1 OF 18 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE FORCE MAIN REPLACEMENT CONTRACT NO. 3296 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing Nos. S- 5182 -S); (3) the City's Standard Provisions and Standard Drawings for Public Works Construction, (1994 edition), including supplements; (4) Standard Specifications for Public Works Construction (1997 edition), including supplements and (5) the latest edition of American Water Works Association (AWWA) standards as amended. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from the Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART GENERAL PROVISIONS SECTION 2 - -- SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section, `The work necessary for the completion of this contract consists of all materials, equipment, supplies, and labor for pipe bursting the existing 4 -inch water main; the construction of either a new 6 -inch H.D.P.E. or a new 6 -inch Yelomine, SDR 17, sewer force main through open trench construction methods; the construction of a new 8 -inch PVC C900, Class 150 water main; and constructing other incidental items of work as shown on Plans S- 5182 -S. 2 -6.1 Sequence of Work. The sequence of work shall be accomplished as follows: The first order of construction shall be the water main replacement portion of the project. The water main replacement shall be completed prior to commencement of any construction of the force main replacement. Completion of the water main replacement shall include but not limited to, installation of the water main and all appurtenances, backfill and compaction, connection to the existing 6 -inch water line, trench resurfacing, reconnection of new water services, and testing and disinfecting of the water main. 2. Construction of the force main replacement shall commence only after the City has accepted the water main replacement. Construction of the force main between the valve vault and existing manhole in either Jasmine Avenue or 2 -9 3.3 0 • SP2OF18 Marguerite Avenue shall be completed prior to the replacement of the piping and valves in the existing sewer pump station. This portion of the force main shall be fully functional and accepted by the City. The force main will be utilized as the sewer bypass line during the replacement of the piping and valving in the existing sewer pump station. 3. After construction of the force main, the Contractor shall commence with the replacement of the existing piping and valving in the sewer pump station. The City will furnish and install sewer bypass pumps and piping during this phase of the construction. 2 -6.2 Sewer Bypass Pumps and Piping. The City will furnish and install the sewer pumps and piping necessary to bypass sewage around the sewer pump station during the phase of construction involving the replacement of the piping and valves in the existing sewer pump station. Due to noise restrictions, the bypass pumps will only be operated during normal workday hours. Any installations at the pump station not yet completed by the end of each workday shall be reconnected, the bypass sewer pumps turned off and the existing sewer pump station turned back on. Operation of the bypass sewer pumps during non - working hours will not be allowed." SURVEYING 2 -9.3 Survey Service. Add to this section, "The Engineer will provide construction staking as required to construct the improvements. Any additional stakes or any restaking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. The City's Surveyor will file a Corner Record or Record of Survey with the County Surveyor's Office prior to the start of any construction. After completion of all construction, the City's Surveyor will file a Corner Record or Record of Survey with the County Surveyor's Office for any monuments that have been replaced. All existing street and property corner monuments are to be preserved. The Contractor will be back - charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey morn operations. In the event that existing disturbed during the course of work, monuments restored per records, at Licensed Surveyor shall also file the Orange upon monument restoration. EXTRA WORK 3 -3.2 Payment ments and protect them during construction survey monuments are removed or otherwise :he Contractor shall have the affected survey his expense. The Contractor's Engineer or required Corner Records with the County of SECTION 3 - -- CHANGES IN WORK 3 -3.2.3 Markup. Replace this Section with," • SP 3 OF 18 (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor .......................................... .............................20 2) Materials ..................................... .............................15 3) Equipment Rental ....................... .............................15 4) Other items and Expenditures ..... .............................15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the Engineer, additional tests and re- testing due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finished grade City -owned water meters, valve cans, sewer cleanouts and survey monuments. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the finish grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meters, meter boxes, valve covers and cleanout covers. Salvaged materials shall be delivered to the City's • SP4OF18 Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section, "The time for completion as specified in Section 6 -7 shall commence at the time of City Council award. The Contractor shall furnish City with certificates of insurance with original endorsements effecting coverage required by this contract (Section G) to the City for processing and approval prior to City permitting any work on site to commence. No work shall begin until a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. All to this section, "The Contractor shall complete all work under this Contract within sixty (60) consecutive working days from the award by City Council. This time allows ten days for processing of contract, bonds and insurance documents. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100% completion of work. 6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as December 3151 and January 15t (New Years), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving), or December 24th and 25th (Christmas). If January 15t, July 4th, November 11 th or December 25`h falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 p.m. Monday through Fridays. No work will be allowed on Saturdays or Sundays. Should the Contractor elect to work later than 4:30 p.m. (up to 6:30 p.m.) weekdays, he must first obtain special permission from the Engineer. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for inspection costs of $50.00 per hour when such time periods are approved. • • SP 5 OF 18 6 -8 LIQUIDATED DAMAGES. Revise sentence three to read, "For each consecutive calendar day after the sixty (60) consecutive work days specified for completion of the Work - whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from monies due it, the daily sum of $500.00." Revise paragraph two, sentence one, to read, "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allocated time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned sequence so as to minimize the time that the streets are closed to the public. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK Add to this section, "City forces will perform all shut downs of water and sewer facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. The City will provide bypass pumping at the pump station only after the new force main and bypass valve vault are installed and accepted. Piping changes will need to be accomplished and completed during a one day shutdown or the Contractor will be required to reconnect the sewer lift station so the station will be operable during off hour periods. A four -hour shut down of water facilities during the daytime hours of 10:00 am. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. A one -hour shut down of sewer facilities will be allowed. The Contractor will be responsible for completing all water and sewer connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Division. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meters and valve boxes. All existing water meters or valve box frames and covers shall be salvaged. Salvaged meter and valve boxes shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 - 3402." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section, "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water containing mud, silt, or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the ocean." • • SP6OF18 7 -8.7 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition, the Contractor shall deposit $100 for the use of the City's lifting eye fitting and trench plates. The Contractor shall obtain plates from, and return plates to, the City's Utility Yard at 949 West 16`h Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utility Superintendent, Mr. Ed Burt, at (949) 718 -3402. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section, "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH, latest edition) published by Building News, Inc." The Contractor shall restore access to all private and public driveways at the end of each working day and shall coordinate access to said driveways throughout each working day. Flagmen will be required during construction of the sewer force main within the beach access ramp to maintain one -way traffic to the beach parking areas. The ramp shall be reopened to two -way traffic at the end of each working day or the Contractor shall maintain flagmen on the access ramp until 10:00 p.m. each working day. The Contractor will be required to provide radio communications between the flagmen during each working day. Any open pits shall be plated or filled in at the end of each working day. 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials shall not be stored in streets, roads, or sidewalk areas." The Contractor may establish a storage area at a City- designated area within the Corona del Mar parking lot for the duration of the construction. At the end of construction, the Contractor shall restore the parking area to its original condition. The Contractor may be required, at the discretion of the City, to pave or slurry seal and restripe the portion of the parking area utilized by the Contractor. 7 -10.3 Street Closures, Detours and Barricades. Add to this section "The Contractor shall submit to the Engineer - at least five working days prior to the pre- construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor will be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 1996 Edition. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 0 • SP7OF18 4. Maintain one lane of traffic in either direction on all streets or provide flag men and maintain at least one lane on Ocean Boulevard, Jasmine and Marguerite Avenues. Traffic can be closed during working hours on Breakers Drive, however, Contractor shall make allowances for special resident requests for vehicular access to their property during working hours. 5. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection days, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the city's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section, "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance will not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. The Contractor shall submit to the City for acceptance, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of any trench or trenches 5- feet or more in depth. The plan shall be prepared by a registered civil or structural engineer licensed in the State of California. As part of the plan, a note shall be included stating that the registered civil or structural engineer certifies that the plan complies with CAL -OSHA Construction Safety Orders, or that the registered civil or structural engineer certifies that the plan is not less effective than the shoring, bracing, sloping, or other provisions of the Safety Orders. The detailed plan showing the design of shoring, etc., which the Contractor is required to submit to the City for acceptance in advance of excavation will not be accepted by the City if the plan is based on subsurface conditions which are more favorable than those revealed by the investigations made by the City or the Engineer or their consultants; nor will the plan be accepted if it is based on soils - related design criteria which is less restrictive than the criteria set forth in the report on the aforesaid investigations of subsurface conditions. The detailed plan showing the design of shoring, etc., shall include surcharge loads for nearby embankments and structures, for spoil banks, and for construction equipment and other construction loading. The plan shall indicate for all trench conditions, the minimum horizontal distances from the side of the trench to its top to the near side of the surcharge loads. Nothing contained in this section shall be construed as relieving the Contractor of the full responsibility for providing shoring, bracing, sloping, or other provisions which are adequate for worker protection." • • SP8OF18 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 48 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717, for verification of posting at least forty-eight hours in advance of the need for enforcement. The signs shall: (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.6 Notices to Residents and Temporary Parking Permit. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the residents describing the project and indicating the limits of construction along with Temporary Parking Permits. The City will provide the notice and the permits. Forty -eight hours before restricting vehicular or pedestrian access to garages, parking spaces, sidewalks, etc., the Contractor shall distribute to affected residents a second written notice stating when construction operations will start and approximately when vehicular and pedestrian accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times when the notices will be distributed. Error in distribution, false starts, acts of god, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the Engineer. Any interruption in work in excess of 14 calendar days may require re- notification as determined by the Engineer. The Contractor shall provide all residents and businesses impacted by any utility shutdown written notice twice; once three days in advance and one twenty -four hours in advance of any service interruption. The City will review and approve the notification format prior to the Contractor's distribution. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License and /or a Pipeline Specialty Contractor C -34 License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the plans. The "As- Built" correction plans shall be verified by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material • • SP9OF18 shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 --- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read, "The unit and lump sum prices bid for each item of work shown on the Proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Schedule "A" and "B ", Item No. 1: Mobilization, Demobilization and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this contract. Schedule "A" and "B ", Item No. 2: Provide Traffic Control: Work under this item shall include the delivery of all required notifications and temporary parking permits, posting of signs and all other costs incurred in notifying the residents. In addition, this item shall include provided the traffic control required by the project including, but not limited to, preparation of traffic control plans, signs, cones, barricades, flashing arrow sign, K -rail, striping, flagmen and all other work necessary to comply with the WATCH manual, latest edition and City of Newport Beach Requirements. Schedule "A ", Item No. 3: Pipe Burst Existing 4 -inch Cast Iron Water Main and Install New 6 -inch H.D.P.E., SDR -17, Sewer Force Main and Fittings: Work under this item shall include pipe bursting the existing 4 -inch cast iron water main and furnishing and installing all pipe materials including, but not limited to, exposing utilities in advance of the work, excavation, pipe bursting pits, temporary patching or trench plates, control of ground water and surface water, bedding, backfill, compaction, installation of pipe, butt fusion of joints, H.D.P.E. fittings, couplings, thrust blocks, hydrostatic pressure testing to 100 psi, potholing of all existing facilities, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of facilities, disposal of excess materials, television inspection, and all other work necessary to install the pipe complete and in place. Schedule "A ", Item No. 4: Install New 6 -inch H.D.P.E., SDR -17, Sewer Force Main and Fittings in Breakers Drive, across Ocean Boulevard and in Jasmine Avenue: Work under this item shall include furnishing and installing all pipe materials including, but not limited to, exposing utilities in advance of the work, excavation, temporary patching or trench plates, control of ground water and surface water, bedding, backfill, compaction, installation of pipe, butt fusion of joints, H.D.P.E. fittings, couplings, thrust blocks, hydrostatic pressure testing to 100 psi, potholing of all existing facilities, protection of interfering portions of existing utilities or improvements, temporary and permanent support of facilities, disposal of excess materials, television inspection, and all other work necessary to install the pipe complete and in place. Schedule "A ", Item No. 5 and Schedule "B ". Item No. 4: Connection to Existing Sewer Manhole: Work under this item shall include all labor and equipment to connection to existing sewer manhole including, but not limited to, exposing utilities in advance of the work, excavation, temporary patching or trench plates, control of ground water and surface water, • • SP 10 OF 18 bedding, backfill, compaction, boring of the manhole, placement of dry pack, installation of pipe, fittings, couplings, thrust blocks, potholing of all existing facilities, protection of interfering portions of existing utilities or improvements, temporary and permanent support of facilities, disposal of excess materials and all other work necessary to connect to the manhole complete and in place. Schedule "A ", Item No. 6 and Schedule "B ", Item No. 14: Install New 8 -inch PVC C900, Class 150 Water Main in Breakers Drive: Work under this item shall include furnishing and installing all pipe materials including, but not limited to, exposing utilities in advance of the work, excavation, temporary patching or trench plates, control of ground water and surface water, bedding, backfill, compaction, installation of pipe, ductile iron fittings, couplings, thrust blocks, potholing of all existing facilities, protection of interfering portions of existing utilities or improvements, temporary and permanent support of facilities, disposal of excess materials and all other work necessary to install the pipe complete and in place. Schedule "A", Item No. 7 and Schedule "B ". Item No. 15: Remove Existing and Install New 1 -inch Water Service Including Connection to Existing Pressure Reducing Valve, Meter Box and Cover: Work under this item shall include removing existing service and install new 1 -inch water service in accord with City of Newport Beach Std - 502 -L, including, but not limited to, exposing utilities in advance of the work, excavation, temporary patching or trench plates, control of ground or surface water, backfill, compaction, disposal of excess materials, installation of pressure reducing valve, installation of new meter boxes and cast iron traffic covers, and all other work necessary to install the water service complete and in place. Schedule "A ", Item No. 8 and Schedule "B ", Item No. 16: Install New Fire Hydrant to New 8 -inch Water Main: Work under this item shall include installation of new fire hydrant assemblies in accordance with City of Newport Beach Std - 500 -L, including, but not limited to, valve, valve box and cast iron traffic cover, valve extension, installation of lateral piping, disposal of excess materials and all other work necessary to install the fire hydrant assembly complete and in place. Schedule "A ", Item No. 9 and Schedule "B ". Item No. 17: Connect to Existing 6 -inch Water Main: Work under this item shall include furnishing and installing all pipe and valve materials to connect to the existing tee including, but not limited to, exposing utilities in advance of the work, excavation, temporary patching or trench plates, control of ground water and surface water, bedding, backfill, compaction, installation of 6 -inch resilient wedge gate valve in accord with City of Newport Beach Std - 508 -L, 6 -inch by 8 -inch reducer, any additional piping and fittings, thrust blocks, potholing of all existing facilities, protection of interfering portions of existing utilities or improvements, temporary and permanent support of facilities, disposal of excess materials and all other work necessary to install the connection complete and in place. Schedule "A ", Item No. 10 and Schedule "B ", Item No. 18: Install 6 -inch Gate Valve Including Valve Box and Cover and Appurtenances: Work under this item shall furnishing and installing a 6 -inch resilient wedge gate valve in accord with City of Newport Beach Std - 508 -L, including, but not limited to, valve, valve box and cover, valve extension, and all other work necessary to install the valve complete and in place. Schedule "A ", Item No. 11 and Schedule "B ", Item No. 19: Remove and Resurface A.C. Pavement within Trench Boundaries in Jasmine Avenue and /or Along Breakers Drive: Work under this item shall include sawcutting, removing existing A.C. pavement, compaction, grinding adjacent pavement, reconstruction of the roadway with 3 -inch thick A. C. over 6 -inch aggregate • • SP 11 OF 18 base, disposal of excess materials and all other work necessary to construct the resurfacing per details on Sheet 8, complete and in place. Schedule "A ", Item No. 12: Remove and Resurface P.C.C. Pavement within Trench Boundaries Along Jasmine Avenue and Ocean Boulevard: Work under this item shall include sawcutting, removing existing P.C.C. pavement, compaction, reconstruction of the roadway with 8 -inch thick P.C.C., disposal of excess materials and all other work necessary to construct the resurfacing per details on Sheet 8, complete and in place. Schedule "A ", Item No. 13: Remove and Install Full Depth Asphalt Concrete Pavement in A.C. /P.C.C. Pavement within Trench Boundaries Along Ramp: Work under this item shall include sawcutting, removing existing A.C. and P.C.C. pavement, compaction, reconstruction of the roadway with minimum of 13 -inch thick A.C. pavement, disposal of excess materials and all other work necessary to construct the resurfacing per details on Sheet 8, complete and in place. Schedule "A ", Item No. 14 and Schedule "B ", Item No. 20: Pressure Test, Disinfect and Flush Water Main: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water main per the project specifications. Schedule "A ", Item No. 15 and Schedule "B:. Item No. 21: Remove Existing and Install New Discharge Piping in Existing Sewer Pump Station to Valve Vault Including Trench Resurfacing and Abandoning Existing Force Main and Associated Appurtenances: Work under this item shall include removing of the existing pump station's discharge piping from the pump discharge flange and furnishing and installing new discharge 6 -inch ductile iron pipe, pipe, fittings, plug valves and check valves but not limited to coring the existing structure if necessary, removal of existing fittings, installation of new pipe fittings, valves, capping existing facilities to be abandoned, exposing utilities in advance of the work, excavation, temporary patching or trench plates, control of ground and surface water, backfill, compaction, disposal of excess materials, replacement of the roadway improvements to match existing improvements, and all other work necessary to replace the existing pump station's discharge piping complete and in place, and abandoning the existing 4 -inch force main and valve vault including removal of any sections of pipe interfering with the construction of the new 6 -inch force main, capping the ends of the existing force main where necessary, filling the force main with slurry and all other necessary work to abandon the force main and associated appurtenances complete and in place. Schedule "A ", Item No. 16 and Schedule "B ", Item No. 22: Construct Sewer Force Main Valve Vault: Work under this item shall include furnishing and installing a precast concrete vault with metal doors, all pipe valves and materials, including, but not limited to, pavement removal, exposing utilities in advance of excavation operations, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, potholing of all existing facilities, connections to facilities, protection of interfering portions of existing utilities or improvements, temporary or permanent support of utilities, disposal of excess materials, replacement of roadway improvements to match existing improvements and all other work necessary to construct the sewer force main valve vault complete and in place. Schedule "A ", Item No. 17 and Schedule "B ". Item No. 24: Excavation Safety Measures Including Adequate Sheeting, Shoring and Bracing or Equivalent Methods for the Protection of Life and Limb, Which Shall Comply to Applicable Safety Orders: Work under this item shall include, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to • • SP 12 OF 18 the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Schedule "B ", Item No. 3: Install New 6 -inch Certa -Lok Yelomine, SDR -17, Sewer Force Main and Fittings in Easement between Lots, across Ocean Boulevard and in Marguerite Avenue: Work under this item shall include furnishing and installing all pipe materials including, but not limited to, exposing utilities in advance of the work, excavation, temporary patching or trench plates, control of ground water and surface water, bedding, backfill, compaction, installation of pipe, Yelomine fittings, couplings, thrust blocks, hydrostatic pressure testing to 100 psi, potholing of all existing facilities, protection of interfering portions of existing utilities or improvements, temporary and permanent support of facilities, disposal of excess materials, television inspection, and all other work necessary to install the pipe complete and in place. Schedule "B ", Item No. 5: Remove Existing Wood Stairs to Second Landing and Rebuild with New Materials: Work under this item shall include the removal and rebuilding of the existing wood stairs, including, but not limited to, removal of the existing wood steps, handrails, landings, concrete footings, disposal of excess materials, furnishing all new materials and labor to rebuild the wood stairs, handrails and landings to their original locations and all other work necessary to remove and rebuild the wood stairs complete and in place. Schedule "B ", Item No. 6: Remove Existing Concrete Retaining Wall and Rebuild with New Materials Including Placement of Soil Cement in Trench Boundaries: Work under this item shall include the removal and rebuilding of the existing concrete retaining wall, including, but not limited to, removal of the concrete retaining wall and footing within the trench boundaries, disposal of excess materials, placement of soil cement within the boundaries of the trench, furnishing materials and labor to rebuild the concrete retaining wall and footing to its original location and all other work necessary to remove and rebuild the concrete retaining wall complete and in place. Schedule "B ", Item No. 7: Remove, As Required, Existing Wood Property Fence and Rebuild with New Materials: Work under this item shall include the removal and rebuilding of the existing wood property fence, including, but not limited to, removal of the wood fence, concrete footings, disposal of excess materials, furnishing all new materials and labor to rebuild the wood fence to its original location and all other work necessary to remove and rebuild the wood fence complete and in place. Schedule "B ", Item No. 8: Remove and Rebuild Existing Concrete Walkway, Block Wall and Wood Gate: Work under this item shall include the removal and rebuilding of the existing concrete walkway, block wall and wood gate, including, but not limited to, removal of the concrete walkway, block walls and gate, concrete footings, disposal of excess materials, furnishing all new materials and labor to rebuild the concrete walkway, block property wall and wood entry gate to their original locations and all other work necessary to remove and rebuild the walkway and fence complete and in place. Schedule "B ", Item No. 9: Remove Existing Shower and Replace with New Materials: Work under this item shall include the removal and replacement of the existing shower, including, but not limited to, removal of the shower, piping and fixtures, concrete base, disposal of excess materials, furnishing all new materials and labor to replace the shower to its original location and all other work necessary to remove and replace the shower complete and in place. • • SP 13 OF 18 Schedule "B ", Item No. 10: Remove, As Required, Existing Landscaping and Irrigation system, Replant with New Materials and Reinstall Irrigation System: Work under this item shall include the removal and replacement of the existing landscaping and irrigation system, including, but not limited to, removal of interfering landscaping and irrigation systems within the trench boundaries, capping of irrigation system, maintenance and watering of remaining landscaping during construction period, disposal of excess materials, furnishing all new materials and labor to replant disturbed areas to its original location, reinstall irrigation systems to original condition and all other work necessary to remove and replace landscaping complete and in place. Schedule "B ", Item No. 11: Remove and Replace Existing A.C. Driveway within Trench Boundaries: Work under this item shall include the removal and replacement of the existing A.C. driveway, including, but not limited to, sawcutting A.C. driveway, removal of the A.C. pavement, disposal of excess materials, replace A.C. driveway within trench boundaries and all other work necessary to remove and replace driveway complete and in place. Schedule "B ", Item No. 12: Remove and Replace Existing Concrete Sidewalk and Curb and Gutter: Work under this item shall include the removal and replacement of the existing concrete sidewalk and curb and gutter, including, but not limited to, sawcutting of concrete, demolition of interfering concrete sidewalk and curb and gutter, disposal of excess materials, construction of new sidewalk and curb and gutter, and all other work necessary to remove and replace sidewalk complete and in place. Schedule "B ", Item No. 23: Protect Existing Utilities In Place: Work under this item shall include protecting all existing public and private utilities in the vicinity of the construction per the project specifications. ADDITIVE BID ITEMS: Item No. 1 Install Asphalt Concrete Overlay Along Breakers Drive: Work under this item shall include disposal of all excess materials, sealing of all cracks with appropriate sealing materials, overlay road surface with 1 1/2- inches of asphalt concrete finish course, join at all edges, restriping of street surface as required, replacement of any traffic reflectors, and all other work necessary to overlay the road surfaces complete and in place. Item No. 2 Grinding of Existing Asphalt Concrete Pavement Along Breakers Drive: Work under this item shall include providing grinding of all asphalt concrete pavement surfaces to a depth of 1- inches, disposal of all excess materials, join at and /or feathering all edges, and all other work necessary to grind the road surfaces complete and in place. Item No. 3 Install Asphalt Concrete Overlay Along the Half -Width of the Ramp and Portion of Jasmine Avenue: Work under this item shall include disposal of all excess materials, sealing of all cracks with appropriate sealing materials, overlay road surface with 1 1 /2- inches of asphalt concrete finish course, join at all edges, restriping of street surface as required, replacement of any traffic reflectors, and all other work necessary to overlay the road surfaces complete and in place. Item No. 4 Grinding of Existing Asphalt Concrete Pavement Along the Half -Width of the Ramp and Portion of Jasmine Avenue: Work under this item shall include providing grinding of all asphalt concrete pavement surfaces to a depth of 1- inches, disposal of all excess materials, • • SP 14 OF 18 join at and /or feathering all edges, and all other work necessary to grind the road surfaces complete and in place. 9 -3.2 Partial and Final Payment. Add to this section "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 CONSTRUCTION MATERIALS SECTION 207 - -- PIPE 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 207 -9.2.3 Fittings. Add to this section, "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21 -10) and shall be ductile iron. Cast iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fittings shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full -faced Buna -N, nylon impregnated rubber. Sewer force main fittings shall be Class 350. 207 -9.2.4 Lining and Coating. Revise this section to read, 'The internal surfaces of ductile iron fittings used for water mains shall be lined with a uniform thickness of cement mortar and sealed with bituminous coating in accord with AWWA C104 (ANSI A21 -4). The outside surfaces of ductile iron pipefittings shall be coated with bituminous coating 3 -mils thick in accord with ANSI A21.6 or ANSI A21.51. The internal surfaces of ductile iron pipe and fittings used for the sewer force main and sewer lift station piping shall be coated with System 11 as defined by Koppers Company, Inc., or Tnemec Company, Inc. The paint systems shall be one of the following: a) Koppers Company, Inc. Prime Coat — Koppers TOREX 820 primer, 1.2 mils DFT Finish Coat — TOREX 800 Ramuc Utility Enamel, 2 coats at 1.0 mils DFT. b) Tnemec Company, Inc. Prime Coat - #66 Color Hi -Build Epoxoline Primer, 4.0 mils DFT Finish Coat - #70 Color Endura - Shield. 2.0 mils DFT." 207 -9.2.5 Polyethylene Encasement for External Corrosion Protection. Revise this section to read "Ductile iron fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A21.5). Wrap shall be loose 8 -mil thick polyethylene." • • SP 15 OF 18 207 -18 HIGH - DENSITY POLYETHYLENE (H.D.P.E.) SOLID WALL PIPE 207 -18.1 General. Add to this section, "All pipe and couplings for the force main shall have an SDR (Strength /Diameter Ratio) of 17 yielding a pressure rating of at least 100 psi. The pipe shall be Plexco type pipe as manufactured by Chevron Chemical Company. All piping shall be clearly marked with the name of the manufacture, size and type. Pipe shall be continuous lengths by the butt fusion method. Butt fusing shall be done by a certified technician. Certificates shall be provided to the City prior to any fusing activities. Fittings shall be mitered Plexco type fittings made of the same materials as the Plexco pipe. Mitered fittings shall be assembled using angular cut pipe segments fused together into a single fitting." 207 -18.5 Submittals. The Contractor shall provide the following submittals with the bid: Submit the following documentation of the Contractor's qualifications with the bid package: a. Documentation that the Contractor is certified for the butt fusing process. b. Documentation that the Contractor has a minimum of 2 years installation experience and has installed a minimum of 5,000 lineal feet of H.D.P.E. pipe using the Contractor's own forces. c. Documentation shall list agency, project name, date installed, agency contact person and phone number. d. Documentation that the onsite foreman who will perform the installation has a minimum of 2 years experience installing the bidder's product. e. Documentation of their employee's cognizance and ability to comply with all Federal and State OSHA regulations regarding confined space entry. f. Company history stating years in service. 2. Submit shop drawings in accordance with the Standard Specifications, including points of insertion and methodologies. 3. Submit manufacturer's installation instructions, including recommendation for transportation, storage, temperature, control, handling, inserting, curing, trimming and finishing. 207 -18 -6 Warranty. The Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the Engineer and at no cost to the City, any and all defects, breaks, or failures of the work occurring within one year following the date of acceptance of the work due to faulty or inadequate materials or workmanship, and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the Contractor performing his duties and obligations under this contract. When such defects or damage occur, within the time period described herein before, in any part of the surface or subsurface work done under the contract, or in any contract, the Contractor shall repair the same and the one year warranty period required shall, within relation to such required repair, be extended one year from the date of completion of such repair. 207 -21 PVC "Yelomine" PLASTIC PIPE 207 -21.1 General. All pipe, couplings and fittings for the force main shall have an SDR (Strength /Diameter Ratio) of 17 yielding a pressure rating of at least 200 psi. The pipe shall be Yelomine PVC Certa -Lok restrained joint PVC pressure pipe as manufactured by Certainteed Corporation. All piping shall be clearly marked with the name of the manufacturer, size and • • SP 16 OF 18 type. Joints shall be permanent Certa -Lok joints. A PVC pipe cutter shall be used when making any cuts in the field to provide a square end. Fittings for Yelomine Certa -Lok restrained joint PVC pressure piping shall be Yelomine Certa -Lok fittings. 207 -22 PVC PLASTIC PIPE WATER MAIN 207 -22.1 General. The cost of all pipe materials, including all removals fittings, installations, bedding, backfill and any other appurtenant work shall be included as part of the contract unit price amount stated in the Proposal. 207 -22.2 PVC Plastic Pipe for Water and Other Liquids. 207 - 22.2.1 General. PVC water pipe shall be AWWA C900, Class 150, SDR 18 with gasket joints conforming to ASTM Standard F-477. PART 3 CONSTRUCTION METHODS SECTION 300 -- EARTHWORK 300 -1 CLEARING AND GRUBBING 301 -1.3 Removal and Disposal of Materials 301 -1.3.1 General. Add to this section, "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stoppers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each work day." 300 -1.3.2 Requirements. (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this section with "Sawcuts shall be neatly made to a minimum of two inches." In addition, replace the words, 1 '/Z inch" of the last sentence with the words "two inches." 300 -1.4 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer. • SP 17 OF 18 SECTION 302 - -- ROADWAY RESURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section, "The asphalt concrete used shall be III- C3 -AR- 4000." 302 -5.4 Tack Coat. Add to this section "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one -tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be p laced." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section, "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -1 CONCRETE STRUCTURES 303 -1.12 Waterproofing Exterior Surfaces of Concrete Structures. Add the following section: "The Contractor shall waterproof all below -grade concrete surfaces of precast concrete vaults and other structures in accordance with the following waterproofing system: Below -grade waterproofing shall be a cold - applied waterproofing system for concrete walls. It shall consist of a primer coat covered with not less than three coats of fibrated asphalt emulsion, and not less than one layer of 15 -pound asphalt thick bituminous - impregnated protective fiberboard for membrane protection during backfill. A final coat of fibrated asphalt emulsion shall be placed over the protective fiber board prior to backfill. The waterproofing system shall be designed to withstand a 30 -foot hydrostatic head. All products shall be installed in accordance with the manufacturer's installation instructions." 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements. 305 -5.1.1 General. Add to this section, "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, and backfill or patch back shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." 303 -5.5 Finishing. 303 -5.5.1 General. Add to this section, "The Contractor shall patch back A.C. and P.C.C. within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." • SP 18 OF 18 303 -5.5.2 Curbs. Add to this section, "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718- 3402." 303 -5.5.3 Gutter. Add to this section, "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevation shown on the plan." PART 4 SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General. 400 -2.1.1 Requirements. Add to this section, "The Contractor may use crushed aggregate base or crushed miscellaneous base as base materials." f :\users\pbwtshared\contracts\fy 01 -02lmain beach sewer force main c- 3296\keithspecs c -3296 (revised).doc APPROVED September 11, 2001 CITY COUNCIL AGENDA ITEM NO. 7 TO: Mayor and Members of the City Council COUNCIL AGENDA FROM: Public Works Department PLO. �D gft6bl SUBJECT: MAIN BEACH SEWER FORCE MAIN REPLACEMENT - AWARD OF CONTRACT NO. 3296 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3296 to GCI Construction, Inc. for the Total Bid Price of Three Hundred Twenty Eight Thousand Six Hundred Ninety Dollars ($328,690) and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $30,000 to cover the cost of unforeseen work. DISCUSSION: At 2:30 P.M. on August 29, 2001, the City Clerk opened and read the following bids for this project: BIDDER - SCHEDULE A BASE BID BASE BID PLUS ADDITIVE ITEMS Low GCI Construction, Inc. $282,990 $328,690 2 AD General Engineering 411,510 569,010 3 Williams Supply Co. 417,600 456,100 * Corrected Bid Amount BIDDER - SCHEDULE B BASE BID BASE BID PLUS ADDITIVE ITEMS Low GCI Construction, Inc. $340,845 $367,645 2 Williams Supply Co. 497,950 522,950 3 AD General Engineering 541,950 615,950 The low total bid amount is 10 percent below the Engineer's Estimate of $362,500. The low bidder, GCI Construction, Inc., possesses a general "A" contractor's license as required by the project specifications. GCI Construction, Inc. has satisfactorily completed similar projects for the City and is currently working on three other projects for the City. l.. . 7 Subject: Main Beach Sewer orce Main Replacement —Award of Contract Nol@96 September 11, 2001 Page: 2 PROJECT DESCRIPTION: This project calls for the replacement of 355 feet of 1952 sewer force main that extends from the Main Beach Sewer Pump Station in Breakers Drive up the slope between two houses to Ocean Boulevard and then up Marguerite Avenue to the first alley. Instead of replacing the line in the same location up a steep slope between two houses, an alternate alignment in Breakers Drive, up the ramp serving Corona del Mar Main Beach and along Jasmine Avenue was chosen. Even though this alignment is almost 4.5 times longer, it was felt that a standard installation in the street would not be significantly more expensive and that the new line would be more accessible in the future for maintenance. Also included in the project is the replacement of the existing 4 -inch cast iron water main within Breakers Drive with a new 8 -inch water main. This line was installed in 1938 and relined in 1980. Existing water services and fire hydrants are to be replaced. The new water line provides increased fire flow protection to Breakers Drive and the project is recommended in the soon to be completed water master plan. THE REBIDDING PROCESS This project is a re -bid from December 2000. On January 9, 2001, the City Council rejected bids because the cost of the project was higher than anticipated and exceeded available funding in last year's CIP authorization. In an effort to establish the most economic alternative, staff added the option of replacing the sewer main in its existing location within the slope to Marguerite Avenue. Both options were bid during this current bid process. Schedule A was the original project, which consisted of a new force main along Breakers Drive. Schedule B considered the option between the houses and up the slope to Marguerite. The attached bid summary shows the bid results of the two options. All three bidders showed that going up the slope would be significantly more costly than constructing the new longer force main in Breakers Drive. Additionally, staff reconsidered the Breakers Drive repaving options for the waterline installation to see if some cost savings could be obtained. Breakers Drive is gated and not open to the public and is maintained by the Breakers Drive Association. The staff has worked with the Association to obtain a cost sharing agreement to repave the entire street. The Breakers Drive Homeowners Association will fund half of the repaving efforts or $13,400. Upon project award, staff will invoice the association for their share. With the redesign of the pavement and the commitment by the residents for cost sharing, the City saved approximately $40,000 in cost compared to the bids received last December. r. Subject: Main Beach Sewer ForZ"E; Main Replacement — Award of Contract No. 39 September 11, 2001 Page: 3 There are sufficient funds available in the following account for the work: Account Number Account Description 7531- C5600532 Main Beach Sewer Force Main Replacement. 7501- C5500074 Water Main Master Plan Improvement Program Total Respectfully PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director I By: ���� Mi hael Cori, P.E. Utilities Engineer Attachment: Project Location Map Bid Summary Amount $180,800.00 177,890.00 $358,690.00 Q Z _ z az aw W LU Z g 1 w wx LU _ LL w w 4 3 W ®.. W W Wa \. m 0) z D Q mF r CO wi a Q J W W0o �b mm• m br m i i J 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE Main Beach Sewer Force Main Replacement and Breakers Drive Weiler Main BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: 3296 DATE: 29.AV,01 TIME: 2:30p.m. ENGINEER'S ESTIMATE: $362.500.00 BY: SR CHECKED: MJS DATE: 08/29/2001 PROJECT MANAGER: Mike Sklaco4 f:\users \paw \shored \ConhoCt\991 \Bid Summary- Moil BeoCh.xh Poge 1 En ineDes Estimate GCI. INC. WILLIAMS SUPPLY CO. AD GENERAL ENGR. ITEM DESCRIPTION OUANTIT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT SCHEDULE "A" A -1 Mobilization 1 usl 10.000.00 10.000.00 38.500.00 38.500.00 15.000.00 15.000.00 8.000.00 8.000.00 A -2 Traffic Control 1 isl 5,000.00 5.000.00 2.200.00 2,200.00 15.000.00 15.000.00 8.000.00 B.WO.W Piper Burst Existing 4 -inch Cost Iron Water Main and Install New &Inch H.D.P.E., SDR- 17, Sewer Force Main and Fittings In A -3 Breakers Drive 800 lF 100.00 89.000.00 41.00 36.490.00 9500 84.550.00 97.00 86,330.00 Install New 6 -inch H.D.P. E.. SDR -17 Sewer Force Main and Fittings in Breakers Drive, Romp. Across Ocean Boulevard, and in A4 Jasmine Avenue 750 N 50.00 37.500.00 39.001 29.25000 95,00 71.250.00 9000 67.500.00 A -5 lComection to Existing Sewer Manhole I EAJ 2.000.00 2.000.00 1.700.00 1,700.00 1,000.00 1.000.00 1.000.00 1.000.00 Install New B -inch PVC C -900. Class 150 A -6 Water Main in Breakers Drive 1.030 11 40.00 41.200.00 38.50 39.655.00 95.00 97,850.00 88.00 90440.00 Remove Existing and Install New I -inch Water Service. Including Connection to Existing Pressure Reducing Valve. Meter A-7 Be., antl Cover 23 EA 900.00 20.70000 615.00 14.14500 650.00 14,950,00 1.380.00 31,740.00 Install New Fire Hydrant Assembly and A -8 Connect to New 8 -inch Water Main 2 EA 3.000.00 6.000 .00 2.300.00 4.600,00 3,000.00 6.000.00 5.400.00 10.800.00 A -9 Connect to 6-Inch Existing Water Main I EA 2.000.00 2.000.00 1.500.00 1.50000 3.500.00 3.500 .00 4.01M OD 4,000.00 Install 6 -Inch Gote Valve. Including Valve A -10 Box and Cover and Appurtenances 3 EAl 0.000.00 IWOOD 900.00 2.700.00 1.000.00 3,000.00 2.500.00 7.50000 Remove and Resurface A.C. Pavement within Trench Boundaries along Breakers A -11 Drive and Jasmine Avenue 9,000 IF 4.30 38,700.00 4.60 41400.00 3.75 33]50.00 4.00 36.000.00 Remove and Resurface P.C.C. Pavement withing Trench Boundaries along Jasmine A -12 Avenue and Ocean Boulevard 1,500 5F 7.50 11.250.00 7.50 11.250.00 6.50 9750.00 600 9,000.00 Remove antl Install Full Depth A.C. Pavement In A.C. /P.C.C. Pavement A -13 Within Trench Boundaries along Ramp AOOO SF 6.00 24.000.00 6,3D 25.200.00 6.50 26.000.00 4.00 16.0DO.W Pressure Test. Disinfect. and Flush Water A -14 Main 1 LS 2.000.00 2,000.00 1,400.00 1.400.60 4.000.00 4.000.001 4.000.00 4,000.DO Remove Existing and Install New Discharge Piping In Existing Sewer Pump Station to Valve Vault, Including Trench Resurfacing and AbOndoning Existing Force Mcin and ASSOCi0Od A -15 Appurtenances. 1 u 7.50) 00 7,500,00 9,500,00 9,500 0) 7.000.00 7.0)0.00 12.000.00 12.0)0.00 Construct Sewer Force Main By doss valve A -16 Vault I IS 10A00.00 10.000.00 18.ODDO0 18,000.00 15.ODO.W 15.000.00 10.000.00 10.000.00 Excavation Safety Measures Including Adequate Sheeting, Shoring and Brocing or Equivalent Methods for the Proloolion of Ufe and Limb. Which Shall Comply to A97 AoplicOble Safely Orders I IS . .00 10.000.00 5.5w 001 5,500.001 10,000.00 10,000.00 0.000.00 9,000.00 Total Price for Bid Items Al -A 17 379,850.00 282,990.00 417,600.00 411.510.00 ENGINEER'S GILLESPIE WILIAMS SUPPLY CO. AD GENERAL ENGR. UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT Additive Bid Items OUANTIT Install Asphalt Concrete Overlay Along to Breakers Drive 24.DDD SF 1 24.00000 1.00 24.DW.OD 1 24.000.00 3.25 78,000.00 Grinding Existing Asphalt Concrete to Pavement Along Breakers Drive. 2.000 SF 1 2,000.00 1.40 2.800.00 0.5 11000,00 1.50 3.00000 Install Asphalt Concrete Overlay Along Holt -Wtlth of the Ramp and Portion of 20 Jasmine Avenue 10.500 SF 1 10.500.00 1.00 10.500.00 1 10.500.00 5.00 52,500.00 Grinding of Existing Asphalt Concrete Pavement Along the HOIfvy(ii Of the 20 Ramp and Fenian of Jasmine Avenue 6.000 SF I 6.000.DD 1.40 8400,00 0.5 IWO= 4.00 24.000.00 Pd.. forAaditive Bid llama la.Ib,TO.2b 42,SDD.DD 45,700.00 38,500.00 157.500.00 Total Price for Bid Items Schedule "A" 362.350.00 1 328,690.00 1 1 456,100.00 569,010.00 f:\users \paw \shored \ConhoCt\991 \Bid Summary- Moil BeoCh.xh Poge 1 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE Main Beach Sewer Farce M.I. Replacement and lkir s Drlve Wale, Moln CONTRACT NO.: 3296 ENGINEER'S ESTIMATE: $362,M.W PROJECT MANAGER: Mike Slnaco4 AI .. BID LOCATION: City CleWs Office - City Hall DATE: 29 -Aug -01 TIME: 2:30p.m. BY: SR CHECKED: 1415 DATE: 08/29/2091 t.1 u,., pew1F&,eJ (pGAiQ41(IYRI @IA $ARIMM Q.AAAeacn.tls Total Price for Bid hems Schedule "B" Install Asphalt Concrete Overlay Along 1 1 1 1a Breakers Driva i 24,000 1F 1.00 24.000.00 1.00 24.000.00 1.00 24.00000 3.00 72.000.00 Grintlinq Evisiing AspnOli Concrete lb Pavement Along Breakers DMe. 2.000 SF 1.00 2.000.00 1.40 1 280000 0.50 1.00000 1.00 2.000.00 t.1 u,., pew1F&,eJ (pGAiQ41(IYRI @IA $ARIMM Q.AAAeacn.tls Total Price for Bid hems Schedule "B" CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 18, 2001 Williams Supply Co., Inc. 2368 Eastman Avenue, #2 Ventura, CA 93003 Gentlemen: Thank you for your courtesy in submitting a bid for the Main Beach Sewer Force Main and Breakers Drive Water Main Replacement Project (Contract No. 3296) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CI'TY OF NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 18, 2001 A.D. General Engineering Const. Inc. 2829 N. Glenoaks Boulevard, Suite 106/101 Burbank, CA 91504 Gentlemen: Thank you for your courtesy in submitting a bid for the Main Beach Sewer Force Main and Breakers Drive Water Main Replacement Project (Contract No. 3296) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach C -Wa �i AMENDMENT NO. 3 TO MAIN BEACH SEWER FORCE MAIN REPLACEMENT PROFESSIONAL SERVICES AGREEMENT WITH THE KEITH COMPANIES FOR DESIGN ENGINEERING SERVICES This AMENDMENT NO. 3 made and entered into this fday of n-w,c, 2001, by and between the City of Newport Beach, a municipal corporation (hereinafter referred to as "CITY "), and The Keith Companies, whose address is 2955 Red Hill Avenue, Costa Mesa, CA, 92626 -5923, (hereinafter referred to as "CONSULTANT'), is made with reference to the following: RECITALS: A. On July 29, 1999, a Professional Services Agreement for Design Engineering Services, ( "AGREEMENT') related to the Main Beach Sewer Force Main Replacement Project, ( "PROJECT') was entered into by and between CITY and The Keith Companies, ( "CONSULTANT'). The AGREEMENT terminated in June 2000 by its terms. However two previous AMENDMENTS to the AGREEMENT have been approved. B. The parties wish to extend the AGREEMENT termination date by this AMENDMENT NO. 3 from June 1, 2000 to October 1, 2001 to allow necessary time to perform additional services. C. All services described in the AGREEMENT and AMENDMENTS No. 1 and 2 have been completed and all agreed payments for services have been made. D. CITY has requested and CONSULTANT has proposed additional services related to the AGREEMENT to include an alternative design to replace the force main in its current bluff side alignment. (See attached Exhibit "A ") CITY and CONSULTANT mutually desire to enter into this third AMENDMENT to the AGREEMENT to be performed under the terms and conditions of the AGREEMENT except as modified by the AMENDMENT. NOW, THEREFORE, the parties hereto agree as follows: C, • 1. CONSULTANT shall provide additional engineering services related to the alternative force main design, as described in Exhibit A, and incorporated herein by reference. 2. Compensation to be paid to CONSULTANT for such additional construction management services shall not exceed $7,200. 3. CONSULTANT's not -to- exceed compensation to be paid under AGREEMENT is hereby increased from $29,780 to $36,980. 4. The term of the AGREEMENT shall terminate on October 1 2001. 5. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain the same and continue to be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 3 on the date first above written. CITY OF NEWPORT BEACH, a municipal corporation Mayor ATTEST: of N1EEg LaVonne Harkless W City Clerk 4 °�RNIA CONSUL BY: The Keith Companies Robert S. Reid, P.E. Vice President, Water Resources APP AS TO FORM: Robin Clauson Assistant City Attorney \\mis_1\sys \users \pbw\shared \contracts\fy 00 -01 \main beach sewer force main c- 3296 \keith co amend3.doc %a • • Exh�� � 7°f� y The Keith Companies mmc January 24, 2001 7041.00.001 JAN 2 9 Mike Sinacori t City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92658 -8915 Subject: Proposal for Revised Main Beach Pump Station Force Main and Breakers Drive Water Main Replacements Dear Mike: In accordance with our recent conversations, The Keith Companies (TKC) is pleased to present the following proposal to revise the final design of the Main Beach Force Main. It is our understanding that the City wants to re -bid the project, giving the contractors the opportunity to route the Main Beach Force Main along one of two alignments. The first alignment is as currently shown on the approved construction plans. This routing is along Breakers Drive and the Corona del Mar beach access road to an existing manhole along Jasmine Avenue. The second alignment alternative is northerly up the slope towards Ocean Boulevard beneath the existing force main and connecting into the existing manhole in Marguerite Avenue. Based on our understanding of the revised project requirements, The Keith Companies will prepare the plan and profile drawing and detail sheet for the additional force main replacement alignment. The plans and profile will be prepared in 1 " =20' horizontal and 1 " =4' vertical scales in AutoCAD Rel. 14 format. Technical specifications prepared for the original project will be reviewed and modified as required to reflect the new alignment alternative. Original mylars and revised technical specifications will be furnished to the City upon completion. A revised construction cost estimate will be prepared for the new alignment. We understand that the City has contracted with Leighton & Associates for geotechnical services. Leighton will perform a geotechnical boring and an investigation, and will prepare a report. We will review their findings and incorporate their recommendations into our design. Irrigation lines may be present across the bluff. However, the lines are probably not well documented. A general note will inform the contractor that these facilities exist and should be replaced or repaired, if damaged. TKC will not prepare irrigation or costa Mesa Division landscaping plans. The contractor will be instructed to replace like kind to the P.O. Box 25127 Santa Ana satisfaction of the City inspector. If the contractor uses a bore-and-jack method, the California 92799 -5127 disruption to the landscaping and irrigation should be minimal. 2955 Red Hill Avenue Costa Mesa California 92626 -5976 T. 714.540.0800 PAp704 1001 \doc\1 688 proposal.doc F: 714.668.7026 v vkeithcomrn Mr. Michael J. Sinacori • January 24, 2001 Page 2 t 17K0 Since the existing force main is within a four -foot wide easement, the proposed force main replacement will need to be near the existing force main. When constructing the new force main and especially when performing tie -ins, the contractor may need to temporarily take the existing force main out of service. The contractor may need to install a temporary above ground force main. They may chose to shut down the pumps and drain the wet well with a Vactor truck. In this proposal, TKC has not included any time to design these temporary facilities. We have assumed that the contractor will be required to devise their own methods. The fee estimate based on the above - described work is $7,200. Upon receipt of written notice to proceed and receipt of geotechnical report, design of the realignment alternative will commence. TKC understands that the City would like to complete construction before the summer of 2001. Therefore, we plan to expedite the plan preparation. TKC will furnish copies of the 90% level preliminary plans and technical specifications to the City for review and comment within four weeks of the notice to proceed. If there are any questions regarding this proposal, please do not hesitate to give me a call at (714) 641 -4264. Sincerely, THE KEITH COMPANIES, INC. 7z"Z' /'v Robert S. Reid, P.E. Vice President, Water Resources cc: Bob Seeman, TKC P \p7041 W I'doc\1688 pmposal doc KFT7WrnMD ACORQ CERTIFICA-0 OF LIABILITY INSUFONCE 3j %oi' PRODUCER Dealey, Renton & Associates P. O. BOX 10550 POLICY NUMBER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Santa Ana, CA 92711 -0550 A GENERAL UABIUTY 714 427 -6810 08/15/00 08/15/01 INSURERS AFFORDING COVERAGE INSURED The Keith dba Keith Companies, Inc. Engineering, In y ' fl INSUREAM Hartford Fire Ins. Co. INSURERS: Travelers Indemnity Co. of Illino' INSURER c!Ameriran Zurich Insurance Company P.O. Box 25127 Santa Ana CA 92799 .._':' " jJ'- . •j, ! INSURER DI Security Ins. Co. of Hartford INSURERD COVFRArP_q THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE M/DONY POLICY EXPIRATION DATE MM/DD/YY LIMITS A GENERAL UABIUTY 57CESOA1443 08/15/00 08/15/01 EACH OCCURRENCE $1 000 000 FIRE DAMAGE (Any one lire) s300, 000 X COMMERCNL GENERAL LIABILITY CLAIMS MADE 11 OCCUR INDP. CONTRACTORS MED EXP(Any one Person) $10 000 PERSONAL 8 ADV INJURY $1,000, 000 • CONTRACTUAL IS INCLUDED • BFPD, XCU, OCP GENERAL AGGREGATE s2,000, 000 GEN'L AGGREGATE LIMITAPPLIES PER: PRODUCTS - COMP /OP AGO 52 000, 000 POLICY P'C'T 7 LOC B AUTOMOBILE LIABILITY ANY AUTO P810502D168A00 08/15/00 08/15/01 COMBINED SINGLE LIMIT (Ea accident) $1,000, , 000 X BODILY INJURY (Per Person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ EXCESS LIABILITY OCCUR CLAIMS MADE EACH OCCURRENCE $ AGGREGATE $ _ S $ DEDUCTIBLE $ RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' UABIUTY WC2044021 12/31/00 12/31/01 X WC SrLATIU- OER- E.L. EACH ACCIDENT $1 0001000 E.L. DISEASE - EA EMPLOYEE $1, 000, 000 E.L. DISEASE - POLICY LIMIT $1 0 0 0 0 0 0 D OTHER Professional PL700885 12/13/00 12/13/01 $2,000,000 Per Claim Liability $2,000,000 Annual Aggr DESCRIPTION OF OPERATION S /LOCATONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Re: Design of Main Beach Sewer Force Main Replacement. The City of Newport Beach, its officers, agents, officials, employees, and volunteers are Additional Insureds as respects to General and Auto Liability. Primary and Non - Contributing coverage applies to GL. Waiver of (See Attached Descriptions) (City of Newport Beach Public Works Dept. Attn: Shauna Oyler PO Box 1768 Newport Beach, CA 92658 -8915 ACORD 25-S (7/97)1 of 2 #M4 3 5 5 5 LD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION I THEREOF, THE ISSUING INSURER WILL 3nQDe3gA UVAIL 3_O_ DAYS WRITTEN ETOTHE CERTIFICATE HOLDER NAM ED TOTHE LEFT 10 1988 DESSIPTIONS (Continued from Plbe 1) Subrogation for Work Comp is included. (AI /AI -AU /PR /SUB /X) 0 0 POLICY NUMBER: 57CESOA1443 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES or CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach Public Works Dept. Attn: Shauna Oyler PO Box 1768 Newport Beach, CA 92658 -8915 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Schedule Continued: its officers, agents, officials, employees, and volunteers PRIMARY INSURANCE: IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS INSURANCE. CG 20 10 11 85 NAMED INSURED: THE KEIT MPANIES, INC. • DBA KEITH INTERNATIONAL, it POLICY NUMBER: P810502D168A00 POLICY DATES: 08/15/00 TO 08/15/01 CAT3010187 ADDITIONAL INSURED THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY This endorsement modifies insurance provided under the following: BUSINESS AUTO COVMGE FORM Paragraph c. of the WHO IS AN INSURED provision includes the person or organization indicated below, but only for his, her or Its liability because of acts or omissions of an insured" under paragraphs a. or b. of that provision, subject to the following additional provisions: 1. No liability is assumed by that person or orgenastion for the payment of any premiums stated in the Policy or earned under the policy. 2. In the event of rancells*m of the policy, written notice of cancellation will be mailed by us to that person or organization. Person or Organization THE CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS WORKERS COMPENSATIMAND EMPLOYERS LIABILY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT • CAUFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you per- form work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 0 % of the California workers' compensation premium other wise due on such remuneration. Person or Organization PER SCHEDULE ON FILE WITH INSURED PER SCHEDULE ON FILE WITH INSURED Schedule Job Description r` This endorsement changes the policy to which it is attached and is effective on the date Issued unless otherwise stated. (The Information below Is required onry when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 12/31/00 Policy No. 2044021 Endorsement No. 2044022 Premium $ Insurance Company AMERICAN ZURICH INSURANCE Cc6ountersigned By We oil o, oe (Ed- o4-M) Copyright 1983 National Couneq on Compensation Insurance. 9 Letter of Transmittal Date: March 12, 2001 To: Shauna Oyler City of Newport Beach Public Works Department P.O. BOX 1768 Newport Beach, CA 92658 -8915 CC: Re: Contract Amendment The Keith Compa nies JUMC Job No.: 13503.00.003 -205 Project: Main Beach Sewer Force Main Replacement 1 �A' We are sending you attached as checked below: - Q For approval ❑ For your use ❑ As requested ❑ For review & comment ❑ Other: Items transmitted: Copies Doc Date Pages Description 2 4 Amendment No. 3 Remarks: Signed: �Oo6' Robe rt S. Reid, P.E.- � Vice President, Water Resources (714) 641 -4264 (t), (714) 668 -7071 (f) Email: robert.reid @keithco.com uke@6010311613503.001doc11688 Oyler TRN.doc P.O. Box 25127 Santa Ana Califomia 92799 -5127 2955 Red Hill Avenue Costa Mesa Califomia 92626 -5976 t: 714.540.0800 �Aeithw.conn Subject: MAIN BEACH SEWARCE MAIN AND BREAKERS DRIVE WATER MAI*PLACEMENT- REJECT ALL BIDS FOR CONTRACT NO. 3296 January 9, 2001 Page: 2 significantly more expensive and that the new line would be more accessible in the future for maintenance. The bid price for the sewer force main was 121 % greater than the Engineers estimate. Most of the price difference was in the sewer force main pipe installation cost. Also included in the project is the replacement of the existing 4 -inch cast iron water main within Breakers Drive with a new 8 -inch water main. This line was installed in 1938 and relined in 1980. Existing water services and fire hydrants are to be replaced. The new water line provides increased fire flow protection to Breakers Drive and the project is recommended in the soon to be completed water master plan. The price for the water line portions of the project were 21 % over the Engineers estimate and appear to be in line with other water line projects recently bid. It is recommended that the bids be rejected and that the project plans be revised to provide for the replacement of the sewer force main in its existing alignment up the slope and in Marguerite Avenue. Work on and in the slope will be expensive due to space restrictions, but there is only about 160 feet of this work. It is anticipated that the total cost of this alignment will be $50,000 to $75,000 less than the bids received. Also the Breakers Drive repaving options for the waterline will be reviewed to see if some cost savings can be obtained. Breakers Drive is gated and not open to the public, so that even though the street right of way is public the street is maintained by the Breakers Drive Association. The staff will work with the Association to see if they wish to participate in the cost to overlay the street in the areas that are outside the water line trench area. The Keith Companies completed the current design of the water and force main replacement project for a fee of $29,780. This fee included two amendments to their agreement that provided for revised scope of work. It is recommended that the Council approve Amendment No. 3 to the Keith Company professional services agreement to increase their fee by $8,700. The fee increase will provide plan revisions and the additional design to replace the sewer force main in its current alignment and review the water line repaving options. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director Michael J. Sinacori, PE Utilities Engineer Attachments: Project Location Map Bid Summary Amendment No. 3 TO: Mayor and Members of the City Council FROM: Public Works Department C_ 3actu January 9, 2001 CITY COUNCIL AGENDA ITEM NO. 11 ni 1XV L: SUBJECT: CORONA DEL MAR MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT- REJECT ALL BIDS FOR CONTRACT NO. 3296 RECOMMENDATIONS: 1. Reject all bids. 2. Authorize the Mayor and City Clerk to execute Amendment No. 3 to the Professional Services Agreement with The Keith Companies for additional design fee of $8,700 to prepare revised plans. DISCUSSION: On November 29, 2000, the City Clerk opened and read the following bids for this project: milli-Ila Low R & L Sewer Inc. 2 Williams Supply Company, Inc. 3 GCI Construction, Inc. 4 A.D. General Engineering Const. 5 W.A. Rasic Construction Co., Inc. BASE BID BASE BID PLUS ADDITIVE ITEMS 19 AND 20 $322,358.50 $355,521.00 $329,795.00 $361,107.50 $424,870.00 $447,225.00 $429,060.00 $638,997.00 $767,395.00 $851,195.00 * Corrected Base Bid Amount is $767,695.00 The Low Bid exceeded the Engineer's estimate of $190,344 by 69 percent PROJECT DESCRIPTION: This project calls for the replacement of 355 feet of 1952 sewer force main that extends from the Main Beach Sewer Pump Station in Breakers Drive up the slope between two houses to Ocean Boulevard and then up Marguerite Avenue to the first alley. Instead of replacing the line in the same location up a steep slope between two houses, an alternate alignment in Breakers Drive, up the ramp serving Corona del Mar Main Beach and along Jasmine Avenue was chosen. Even though this alignment is almost 4.5 times longer, it was felt that a standard installation in the street would not be Subject: MAIN BEACH SEWER FORCE MAIN AND BREAKERS DRIVE WATER MAIN REPLACEMENT- REJECT ALL BIDS FOR CONTRACT NO. 3296 January 9, 2001 Page: 2 significantly more expensive and that the new line would be more accessible in the future for maintenance. The bid price for the sewer force main was 121 % greater than the Engineers estimate. Most of the price difference was in the sewer force main pipe installation cost. Also included in the project is the replacement of the existing 4 -inch cast iron water main within Breakers Drive with a new 8 -inch water main. This line was installed in 1938 and relined in 1980. Existing water services and fire hydrants are to be replaced. The new water line provides increased fire flow protection to Breakers Drive and the project is recommended in the soon to be completed water master plan. The price for the water line portions of the project were 21% over the Engineers estimate and appear to be in line with other water line projects recently bid. It is recommended that the bids be rejected and that the project plans be revised to provide for the replacement of the sewer force main in its existing alignment up the slope and in Marguerite Avenue. Work on and in the slope will be expensive due to space restrictions, but there is only about 160 feet of this work. It is anticipated that the total cost of this alignment will be $50,000 to $75,000 less than the bids received. Also the Breakers Drive repaving options for the waterline will be reviewed to see if some cost savings can be obtained. Breakers Drive is gated and not open to the public, so that even though the street right of way is public the street is maintained by the Breakers Drive Association. The staff will work with the Association to see if they wish to participate in the cost to overlay the street in the areas that are outside the water line trench area. The Keith Companies completed the current design of the water and force main replacement project for a fee of $29,780. This fee included two amendments to their agreement that provided for revised scope of work. It is recommended that the Council approve Amendment No. 3 to the Keith Company professional services agreement to increase their fee by $8,700. The fee increase will provide plan revisions and the additional design to replace the sewer force main in its current alignment and review the water line repaving options. Re a kPUBLIC WS DEPARTMENT Don Webb, Director Michael J. Sinacori, PE Utilities Engineer Attachments: Project Location Map Bid Summary Amendment No. 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Main Such Sewer Force Main Replacement and Breakers Drive Water N TITL - CONTRACT NO.: axes ENGINEER'S ESTIMATE: gaa4,718.94 PROJECT MANAGER: Mika Sbncorl BID LOCATION: City Clerk's Office - City Hall DATE: 29-Nov -00 TIME: 2:30 P.M. BY: CHECKED: DATE: t\ uwwx\pbe \sharee\contnct\99 \ \9id Summary - Main Such Page 1 En ineer's Estimate R.L. SEWER Inc. WILLIAMS GCI Inc. ITEM DESCRIPTION OUANT ITY UNIT I AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS 5.000.001 5,000.00 25,000.00 25000.00 10,000.00 10,000.00 18000.00 18,000.00 2 Traffic Control 1 LS 3.000.001 3,000.00 6.000.00 6,000.00 5000.00 5,000.00 2,300.00 2,300.00 Main and Install New 6 inch H.D.P.E., SDR -17, Sewer Force Main and Fittings in Breakers 3 Drive 890 LF 16.42 14,613.80 100.00 89,000.00 75.00 66,750.00 150.00 133,500.00 Install New 6 -inch M.D. .., SDR.17 Sewer Force Main and Fittings in Breakers Drive. 4 Ramp, Across ocean Boulevard, and in Jasmine Avenue 750 LF 27.12 20,340.00 42.00 31,500.00 75.00 56,250.00 105.00 78,750.00 5 Connection to Existing Sewer Manhole 1 EA 2,000.00 2.000.00 2,500.00 2.500.00 500.00 500.00 2,000.00 2,000.00 Install New 8-inch PVC 0900, Class 150 Water 6 Main in Breakers Drive 1,030 LF 28.59 29,447.70 35.00 36,050.00 60.00 61,800.00 47.00 48,410.00 7 Service, Including Connection to Existing Pressure Reducing Valve, Meter Box, and Cover 23 FA 900.00 20,700.00 800.00 18,400.00 650.00 14,950.00 1,000.00 23,000.00 8 Install New Fire Hydrant Assembly and Connect to New 8 -inch Water Main 2 EA 2,000.00 4,000.00 3,000.00 6,000.00 3,000.00 6,000.00 3,000.00 6,000.00 9 Connect to 6 inch Existin Water Main 1 EA 500.00 500.00 3,500.00 3,500.00 3,000.00 3,000.00 2,000.00 2,000.00 Install 6 mch Gale Valve, Including Valve Boa 10 and Cover and Appurtenances 3 EA 1 1.000.00 3,000.00 675.00 2,025.00 1.000.00 3,000.00 1,000.00 3,000.00 Remove and Resurface A.C. Pavement within 11 Trench Boundaries along Breakers Drive and Jasmine Avenue 8,250 SF 1 4.30 35,475.00 4.85 40,012.50 3.50 28,875.00 3.00 24,750.00 Remove and Resurface P.C.C. Pavement 12 withing Trench Boundaries along Jasmine Avenue and Ocean Boulevard 1,220 SF 4.23 5,160.60 8.00 9,760.00 5.50 6,710.00 16.00 19,520.00 Remove and Install Full Depth A.C. Pavement in A.C. /P.C.C. Pavement Within Trench 13 Boundaries along Ram 3,660 SF 8.53 31,219.80 5.85 21,411.00 6.00 21960.00 4.00 14,640.00 14 Pressure Test, Disinfect, and Flush Water Main 1 LS 2,000.00 2,000.00 1,200.00 1,200.00 3,000.00 3,000.00 2,000.00 2,000.00 Remove Existing and Install New Discharge 15 Piping in Existing Sewer Pump Station to Valve Vault, Including Trench Resurfacing I LS 5,000.00 5,000.00 10,000.00 10,000.00 20,000.00 20,000.00 12,000.00 12,000.00 16 Construct Sewer Force Main Valve Vault 1 LS 5,887.00 5,887.00 10,000.00 10,000.00 10,000.00 10,000.00 17,000.00 17 000.00 Sheeting, Shoring and Bracing or Equivalent Methods for the Protection of Life and Limb, 17 Which Shall Comply to Applicable Sate Orders I Ls 3,000.00 3,000.00 10,000.00 10,000.001 12.000.00 18,000.00 18,000.00 Total Price for Bid Items 1 -17 EE 190,343.90 LOW 322,358.50 2ND 329 795.00 3RD 424 870.00 Additive Bid Items UANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT Icro- unne ew -inc Sewer Force Main, Including Fittings, Access Pits, and Miscellaneous appurtenances Along Ramp, Ocean Boulevard, and Jasmine Avenue (Add or Dededuct Cost of Installing Portions o Bid Item No. 4 in a Micro Tunnel within limit 18 identified an plans and credit for reduced 645 LF 50 32,250.00 200.00 129,000.00 110 70,950.00 140.00 90,300.00 Grinding and Cappin the Asphalt concrete Pavement Along Breakers Drive, Along the Half. Width of the Ramp. and Portion of Jasmine 19 Avenue. 34.350 SF 2.5 85.875.00 0.75 1 25,762.50 0.75 1 25,762.50 0.50 17,175.00 Grinding of Existing Asphalt Concrete Pavement 20 Along Brakers Drive, Along the Half -Width of the Ram and Portion of Jasmine Avenue 7,400 9F 2.5 18,500.00 1.00 7,400.00 0.75 5,550.00 0.70 5,180.00 Price for Base (1.17) plus Items 19 and 20 EE 294718.90 LOW 355521.00 2ND 361107.50 3RD 447225.00 Total Price for Bid Items 1.20 EE 326 968.90 LOW 484 521.00 2ND 432 057.50 3RD 537 525.00 t\ uwwx\pbe \sharee\contnct\99 \ \9id Summary - Main Such Page 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITL Main Beach Sewer Force Main Replacement and Breakers Drive Water N CONTRACT NO.: 32% _- ENGINEER'S ESTIMATE: $294,716.90 PROJECT MANAGER: Mike Sinacnrl BID LOCATION: City Clerk's Office - City Hall DATE: 29 Nov 00 TIME: 2:30 P.M. BY: CHECKED: DATE: t \users \pD.\sMme \conbatl \99\ \Bid Summery. Main Beach Page 2 A.D. GENERAL ENGR. W.A. RASIC CONSTRUCTION ]TEN DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS 5,700.00 5,700.00 30,000.00 30,000.00 2 Traffic Control 1 LS 4,400.00 4,400.00 20000.00 20,000.00 3 Piper Burst Existing 4 inch Cast Iron Water Mair 890 LF 130.00 115,700.00 300.00 267,000.00 4 Install New 6 inch H.D.P.E. SOR 17 Sewer Forc 750 LF 93.00 69.750.00 275.00 206,250.00 5 Connection to Existing Sewer Manhole 1 EA 700.00 700.00 3,000.00 3,000.00 6 Install New B -inch PVC 6900, Class 150 Water 1030 LF 91.00 93.730.00 120.00 123,600.00 7 Remove Existin and Install Newl inch Water Se 23 U 2,000.00 46,000.00 1,000.00 23 000.00 8 Install New Fire Hydrant Assembly and Connect 2 EA 4,400.00 6800.00 3,500.00 7,000.00 9 Connect to 6 -inch Existing Water Main 1 FA 2.400.00 2,400.00 3,000.00 3,000.00 Install 6 -inch Gate Valve, Including Valve Box 10 and Cover and Appurtenances 3 1 850.00 2,550.00 900.00 2,700.00 Remove and Resurface A.C. Pavement within Trench Boundaries along Breakers Drive and I Jasmine Avenue 8,250 SF 2.90 23,925.00 2.50 20,625.00 Remove and Resurface P.C.C. Pavement withing Trench Boundaries along Jasmine 12 Avenue and Ocean Boulevard 1,220 SF 6.50 7,930.00 7.00 8,540.00 Remove and Install Full Depth A.C. Pavement in A.C. /P.C.C. Pavement Within Trench 13 Boundaries along Ramp 3,660 SF 6.25 22.875.00 3.00 10,980.00 14 Water Main Pressure Test, Disinfect, anHAdequate 1 LS 3,700.00 3,700.00 3,000.00 3,000.00 Remove Existing and Instalischarge Piping in Existing Sewer Pution to Valve 15 Vault, IM udin Trench Resurfacing I LS 3,900.00 3,900.00 10,000.00 10,000.00 16 Construct Sewer Force Mai Vault 1 LS 8,000.00 8,000.00 19,000.00 19,000.00 Excavation Safety Measure Including Adequate Sheeting, Shoring and BracEquivalent Methods for the Protection and Limb. 17 Which Shall Com I to A lSafe Orders 1 LS 9,000.00 9,000.00 10,000.00 10,000.00 Total Price for Bid Items 1.17 4TH 429 060.00 5TH 767 695.00 Additive Bid Items QUAN TITY UNIT I AMOUNT UNIT AMOUNT Sewer Fwce Main, Inclutling Fittings, Access Pits. and Miscellaneous appurtenances Along Ramp, Ocean Boulevard, and Jasmine Avenue (Add or DeDeduct Cost of Installing Portions of Bid Item No. 4 in a Micro Tunnel within limits 18 identified on plans and credit for reduced 645 LF 350 225,750.00 150 96,750.00 Grinding and Cappin the Asphalt concrete Pavement Along Breakers Drive. Along the Half. Width of the Ramp, and Portion of Jasmine 19 Avenue. 34,350 SF 525 180,337.50 2 68,700.00 Grinding of Existing Asphalt Concrete Pavement Along Brakers Drive, Along the Ha11Witlih at the 1 20 Ramp and Port! 7,400 SF 4 1 29,600.00 2 14,800.00 Price for Base (1.17) plus Items 19 and 2D 4TH 638 997.50 5TH 851195.00 Total Price for Bid Items 1 -20 4TH 864,7A7 91) 5TH 947 945.00 t \users \pD.\sMme \conbatl \99\ \Bid Summery. Main Beach Page 2 0 AMENDMENT NO. 3 TO MAIN BEACH SEWER FORCE MAIN REPLACEMENT PROFESSIONAL SERVICES AGREEMENT WITH THE KEITH COMPANIES FOR DESIGN ENGINEERING SERVICES This AMENDMENT NO. 3 made and entered into this _ day of 2001, by and between the City of Newport Beach, a municipal corporation (hereinafter referred to as "CITY"), and The Keith Companies, whose address is 2955 Red Hill Avenue, Costa Mesa, CA, 92626 -5923, (hereinafter referred to as "CONSULTANT "), is made with reference to the following: RECITALS: A. On July 29, 1999, a Professional Services Agreement for Design Engineering Services, ( "AGREEMENT ") related to the Main Beach Sewer Force Main Replacement Project, ( "PROJECT') was entered into by and between CITY and The Keith Companies, ( "CONSULTANT "). The AGREEMENT terminated in June 2000 by its terms. However two previous AMENDMENTS to the AGREEMENT have been approved. B. The parties wish to extend the AGREEMENT termination date by this AMENDMENT NO. 3 from June 1, 2000 to October 1, 2001 to allow necessary time to perform additional services. C. All services described in the AGREEMENT and AMENDMENTS No. 1 and 2 have been completed and all agreed payments for services have been made. D. CITY has requested and CONSULTANT has proposed additional services related to the AGREEMENT to include an alternative design to replace the force main in its current bluff side alignment. (See attached Exhibit "A "). CITY and CONSULTANT mutually desire to enter into this third AMENDMENT to the AGREEMENT to be performed under the terms and conditions of the AGREEMENT except as modified by the AMENDMENT. NOW, THEREFORE, the parties hereto agree as follows: 1. CONSULTANT shall provide additional engineering services related to the alternative force main design, as described in Exhibit A, and incorporated herein by reference. 2. Compensation to be paid to CONSULTANT for such additional construction management services shall not exceed $8,700. 3. CONSULTANT's not -to- exceed compensation to be paid under AGREEMENT is hereby increased from $29,780 to $38,480. 4. The term of the AGREEMENT shall terminate on October 1 2001. 5. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain the same and continue to be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 3 on the date first above written. CITY OF NEWPORT BEACH, a municipal corporation l ATTEST: LaVonne Harkless City Clerk Mayor CONSULTANT BY: The Keith Companies Robert S. Reid, P.E. Vice President, Water Resources APPROVED AS TO FORM: Robin Clauson Assistant City Attorney 14 nis_ 1\sys Wserslpbw\shared\contracts\fy 00 -01 Main beach sewer force main c-3296Viceith co amend3.doc 2 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 14, 2001 R & L Sewer, Inc. 8815 E. Somerset Blvd. Paramount, CA 90723 Gentlemen: Thank you for your courtesy in submitting a bid for the Main Beach Sewer Force Main and Breakers Drive Water Main Replacement (Contract No. 3296) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 14, 2001 Williams Supply Co., Inc. 2368 Eastman Avenue, #2 Ventura, CA 93003 Gentlemen: Thank you for your courtesy in submitting a bid for the Main Beach Sewer Force Main and Breakers Drive Water Main Replacement (Contract No. 3296) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 14, 2001 GCI Construction, Inc. 245 Fischer Ave., B -3 Costa Mesa, CA 92626 Gentlemen: Thank you for your courtesy in submitting a bid for the Main Beach Sewer Force Main and Breakers Drive Water Main Replacement (Contract No. 3296) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, " f / 1 , LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 14, 2001 W. A. Rasic Construction Co., Inc. 11126 Wright Road Lynwood, CA 90262 Gentlemen: Thank you for your courtesy in submitting a bid for the Main Beach Sewer Force Main and Breakers Drive Water Main Replacement (Contract No. 3296) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITE' OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 14, 2001 A.D. General Engineering Construction, Inc. 2829 N. Glenoaks Blvd., Suite 106 -101 Burbank, CA 91504 -2660 Gentlemen: Thank you for your courtesy in submitting a bid for the Main Beach Sewer Force Main and Breakers Drive Water Main Replacement (Contract No. 3296) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach